70
1 BHUBANESWAR SMART CITY LIMITED REQUEST FOR PROPOSAL (RFP) FOR “Supply, Installation, Testing, Commissioning Of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year.” ESTIMATED COST: Rs.12.00 Crores (Approx.) RFP Reference No. BSCL-28/2016/49/Dated 20.06.2016 Time of Completion of the Project: (a) For Supply, construction, installation, testing and commissioning: 9 months from the date of sign of agreement/MOU. (b) Defect Liability period: One year from the successful date of completion of the component at (a).The successful date of completion of the component at (a) shall be declared/decided by BSCL and should be for the whole items/components mentioned in the price bid (RFP-Part B), but not for each component/item/installation. (c) For O & M: Six years from the date of successful completion of defect liability period vide (b) above. PART-A : Technical Proposal PART-B : Financial Proposal COST OF RFP DOCUMENT: Rs.10,500/- [Including 5% VAT]

BHUBANESWAR SMART CITY LIMITED - … BHUBANESWAR SMART CITY LIMITED REQUEST FOR PROPOSAL (RFP) FOR “Supply, Installation, Testing, Commissioning Of Traffic Signaling System, Blinkers

Embed Size (px)

Citation preview

1

BHUBANESWAR SMART CITY LIMITED

REQUEST FOR PROPOSAL (RFP) FOR

“Supply, Installation, Testing, Commissioning Of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year.”

ESTIMATED COST: Rs.12.00 Crores (Approx.)

RFP Reference No. BSCL-28/2016/49/Dated 20.06.2016

Time of Completion of the Project:

(a) For Supply, construction, installation, testing and commissioning: 9 months

from the date of sign of agreement/MOU. (b) Defect Liability period: One year from the successful date of completion of

the component at (a).The successful date of completion of the component at (a) shall be declared/decided by BSCL and should be for the whole items/components mentioned in the price bid (RFP-Part B), but not for each component/item/installation.

(c) For O & M: Six years from the date of successful completion of defect liability period vide (b) above.

PART-A : Technical Proposal PART-B : Financial Proposal

COST OF RFP DOCUMENT: Rs.10,500/-

[Including 5% VAT]

2

Bhubaneswar Smart City Limited.

Address: C/o: Bhubaneswar Development Authority, Urban Transport Planning Branch, Akash Shova Building, Pandit Jawaharlal Nehru Marg

Bhubaneswar – 751001, Odisha

Tel No: 0674-2390998

E-mail: [email protected]

RFP No. BSCL/28/2016/49 Date: 20/06/2016

Sealed tenders are invited in two bid systems (Technical &Financial),from; Original Equipment manufacturers / System Integrators with Original Equipment manufacturer, having valid test certificates for their products for “Supply, Installation, Testing and Commissioning of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year”.

Agencies are required to submit separate technical & financial proposals for each package.

For further details please visit the website www.bdabbsr.in and www.bmc.gov.in

Period of availability of RFP : from 20.06.2016 to 05.07.2016

Pre-bid Meeting : 01.07.2016

Last date of receipt of proposal : 13.07.2016

Sd/-

CEO

Bhubaneswar Smart City Limited

3

Disclaimer

Bhubaneswar Smart City Ltd. has prepared this document to give the interested parties the background information on “Supply, Installation, Testing and Commissioning of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year”.

While BSCL has taken due care in the preparation of the information contained herein and believe it to be accurate, neither BSCL nor any of its authorities or Bidders nor any of their respective officers, employees, agents or advisors give any warranty or make any representations, express or implied as to the completeness or accuracy of the information contained in this document or any information which may be provided in association with it.

The information is not intended to be exhaustive. Interested parties are required to make their own inquiries and respondents shall be required to confirm in writing that they have done so and they do not rely on the information given in this document in submitting the tender.

BSCL reserves the right not to proceed with the selected bidder at any point of time or to change the configuration of the project to alter the time table reflected in this document or to change the process or procedure to be applied.

It also reserves the right to decline to discuss the matter further with any party intending to submit the bid. No reimbursement of cost of any type shall be paid to persons or entities submitting the tender.

4

Schedule of Bidding Process and Particulars of Bid Sl. Information Details

1 Particulars of the work “Supply, Installation, Testing and Commissioning of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year”.

2 Number of Traffic Signal Installation 58

3 Number of Blinkers Installation 5

4 Number of Pelican Signal Installation 14

5 Period of Work 9 months

6 Publication of RFP By 20.06.2016

7 Period of availability of RFP for Bidding. From 20.06.2016 to 05.07.2016

8 Cost of Application Document Rs. 10,500/- (inclusive of VAT)

9 Amount of Earnest Money to be Deposited Rs. 12,00,000 /- [Twelve Lakhs only] in the form of Demand Draft/Bankers Cheque issued by any nationalized bank or schedule bank of India in favour of “Bhubaneswar Smart City Limited”, payable at Bhubaneswar shall be attached with the bid document.

10 Pre bid meeting 01.07.2016 (11:00 am)

11 Last date of receipt of queries (through email) 30.06.2016 (02:00 pm)

12 Address and e-mail for submission of written queries for clarifications

Bhubaneswar Smart City Ltd., C/o. Bhubaneswar Development Authority, Urban Transport Planning Branch (BDA), Akash Shova Building, Pandit Jawaharlal Nehru Marg, Bhubaneswar – 751001, Odisha.

Tel No: 0674-2390998

Email:[email protected]

13 Last date and time of receipt of proposals

(through Speed Post /Registered post only )

13.07.2016 (02:00 pm)

14 Date and Time of Technical Proposal opening 13.07.2016 (04:00 pm)

15 Date and Time of Financial Proposal opening To be intimated later through email to the bidders found qualified/eligible after evaluation of technical proposal.

16 Address at which proposal in response to RFP notice is to be submitted

Bhubaneswar Smart City Ltd., C/0. Bhubaneswar Development Authority, Urban Transport Planning Branch (BDA), Akash Shova Building, Pandit Jawaharlal Nehru Marg, Bhubaneswar – 751001, Odisha.

Email:[email protected]

17 Validity of Bid 90 days from the date of opening

5

BHUBANESWAR SMART CITY LIMITED.

RFP No. BSCL-28/2016/49 Dated 20.06.2016

TENDERNOTICE

The CEO of Bhubaneswar Smart City Limited (BSCL) invites tender for the following work in Packet ‘A’

Earnest Money Deposit and Technical proposal, Packet “B” Financial on item rate basis. The tender copy

can be downloaded from www.bdabbsr.in and www.bmc.gov.in portal.

The bid shall be submitted to the CEO, BSCL. The Bid End Date & Time mentioned below.

Name of work Earnest Money

Deposit (in Rs.)

Tender Paper

Cost (in Rs.)

Bid Start

Date & Time

Bid End

Date & Time

1 2 3 4 5

“Supply, Installation, Testing and

Commissioning Of Traffic Signalling

System, Blinkers and Pelican Signals at

Selected Road Junctions and Locations

with Solar Powered Adaptive System

in Bhubaneswar City and Subsequent

Maintenance for Six Years Post Defect

Liability Period of One Year”.

12,00,000 /-

10,500 /-

(inclusive of

VAT)

20/06/2016

05/07/2016

Twelve Lakhs

only.

11:00 am

05:00 pm

The Bidders shall pay the E.M.D. in shape of FDR /demand draft (DD)/Pay Order and shall upload the

scanned copy of the same in packet ‘A’ instead of paying the EMD at BSCL. The Bidder shall submit such

Demand Draft (DD)/ pay order physically at BSCL office or by Speed Post. If such Demand Draft (DD)/ Pay

Order is not submitted at BSCL office the tender shall be treated as non-responsive and shall not be

opened.

The bidders in its name fulfilling the following criteria are eligible to bid for tender.

To qualify award of the contract named Supply, Installation and Commissioning of Solar Powered

Adaptive Traffic Signals and blinkers at 63 Junctions and 14 numbers of Pelican Signals and Subsequent

Preventive and Corrective Maintenance Post Defect Liability Period of one year.

Name of the Project: “Supply, Installation, Testing and Commissioning Of Traffic Signaling System,

Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive

System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of

One Year”.

6

DATA SHEET

SR.NO. SECTION DESCRIPTION

Part - A. TECHNICAL PROPOSAL

1 INTRODUCTION, OBJECTIVE & SCOPE OF WORK

EARNEST MONEY DEPOSIT, METHOD OF SELECTION

2. Section 1 ELIGIBILITY CRITERIA

3. Section 2 ANNEXURES / CHECK LIST

4. Section 3 GENERAL TERMS AND CONDITIONS

5. Section 4 INSTRUCTIONS TO BIDDERS

6. Section 5 SPECIAL INSTRUCTIONS TO BIDDERS

5. Section 6 FORMS

6. Section 7 TERMS OF REFERENCE

Part - B. FINANCIAL PROPOSAL

7

BHUBANESWAR SMART CITY LIMITED

REQUEST FOR PROPOSAL (RFP)

FOR

“Supply, Installation, Testing, Commissioning Of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year.”

PART-A : Technical Proposal

8

Part A

1. Introduction: Economic growth and spatial development are quite often governed by the quality and quantity of

infrastructure provided. While inadequate transport facilities are causing congestion, delays and hazards

resulting in significant socio-economic costs to the society, constructing and maintaining an optimal level

of infrastructure is the key to planned development.

In an effort to improve the traffic situation in Bhubaneswar City the Bhubaneswar Smart City Limited

(BSCL) had undertaken a study for Installation and up-gradation of Traffic Signal Systems in the city in

2015.

As the next step of the implementation of traffic signals in Bhubaneswar, Bhubaneswar Smart City

Limited (BSCL) is now inviting tenders for undertaking the implementation of the signal and related

annual maintenance work.

2. Objective & Scope of Work: The Primary objective of this work is for making traffic signals operational in Bhubaneswar City by supply,

installation and commissioning of traffic signals with a view that the signals can in near future be linked

to a central control room for area wide traffic management.

Signal efficiency is significantly enhanced if intersection geometrics are improved in a scientific and

engineering approach. Signalization would go a long way in

Reducing vehicle accumulation and delays at intersections

Reducing power and fuel consumption

a) The scope of work is Supply, installation, testing and commissioning of Signals as per the

specifications mentioned in RFP

. This includes:

Supply of all signal hardware specified in the tender document.

Installation of signal hardware and signal controllers at intersections.

Connecting the signal hardware to controllers and making it operational by appropriate software

and power connections.

Provision of solar power as back up.

Commissioning the signals.

Maintaining it for a liability period of one year from the date of commissioning.

Transfer of technology to BSCL for upkeep of signals post defect liability period during the course

of six years annual maintenance contract period.

b) Maintenance of signals till warranty period and subsequent maintenance for six years from

defect liability period of one year

This includes:

9

Preventive Maintenance: This type of maintenance is the periodic scheduled maintenance to

minimize future problems. It includes inspection, calibration, cleaning, testing, sealing, painting, etc.,

in accordance with a predefined schedule to minimize the probability of unexpected failure and to

maximize the life of the equipment. This maintenance is similar to the scheduled maintenance for an

automobile. This includes but not limited to;

Cleaning of lens, reflectors, LEDs, poles, controller boxes, cable ducts and signal aspect bodies

Prevent failure of LEDs

Checking, cleaning and correction of controller components especially switches, contacts,

terminals, timers and fault Log

Detection of cable faults

Replacement of fuses

Checking of standby power supply source

Checking of outstation transmission unit

Checking push buttons to ensure for working condition

c) Operational maintenance: This type of maintenance is the periodic scheduled (every six

months) operational maintenance to minimize existing and future congestion problems. This

maintenance includes the analysis of traffic signal timings and other operational activities

that can potentially improve safety and mobility at the traffic signal.

d) Response (Emergency) Maintenance: The goal of providing response maintenance is to

restore the traffic signal to normal operation as indicated on the current, approved Traffic

permissions. This will basically include the maintenance of signal heads, controller

emergency, poles, base plates, pole foundations, etc.

The bidder will maintain a team of six personnel technically qualified to maintain the signals

continuously over six years.

The response time for emergency maintenance would be 2 hours and for operational maintenance

24 hours.

3.) Earnest Money Deposit: The Bidder shall submit the E.M.D. of Rs. 12, 00,000 /- as specified in the tender notice document in the form of Demand Draft / Pay Order / Bankers Cheque issued by Bankers in Bhubaneswar limit in favour of “Bhubaneswar Smart City Limited”, payable at Bhubaneswar and will be held till the Performance Guarantee comes into effect. No interest will be paid on E.M.D.

4.) Submission Formalities & Bid Evaluation Methodology:

a) Format and Signing of Proposal: The proposal shall be submitted in two parts-

Part A-Technical Proposal

Part B- Financial Proposal

The proposal shall be typed or written in indelible ink and shall be signed by the applicant or a person or

persons duly authorized. Any interlineations, erasures or overwriting shall be valid only if they are

initialed by the person or persons signing the proposal prior to opening of the same.

10

5.) Submission of Proposal – Packing, Sealing and Marking The sealed packets submitted by post should reach and delivered in the office within the stipulated date

and time positively. The department will not be held responsible for any delay or loss or damage of the

Bid documents during transit and in such events the bids stands rejected summarily. The sealed cover

shall be received in the office of CEO, Bhubaneswar Smart City Limited, C/o- Bhubaneswar Development

Authority, Urban Transport Planning Branch, Akash Shova Building, Sachivalaya Marg, Bhubaneswar-

751001 only during the office hours on the last date of submission of the bid (Packer -A, Packet-B).

11

Section 1

Eligibility Criteria

1. For participating in this bidding process, the Bidder would be required to comply with the following

criteria:

a. The bidder shall be a Company registered under Indian Companies Act, 1965.

b. Consortium/JV is not allowed.

2. Bidders shall have a team of experienced traffic and transportation engineers, who possess good

knowledge / Experience of the traffic Signals and are capable of designing the total signalization for

intersections and areas. This may involve time study, traffic volume counts, traffic flow pattern etc.

as well as thorough technical knowledge of the whole traffic signaling system.

3. The Bidder should have average annual financial turnover during the last three years (2013-14, 2014-

15, and 2015-16) should not be less than Rs. 300.00 Lakhs.

4. The Bidder should have experience in the business of supply, installation and maintenance of Road

Traffic Signals since last 7 years ending May, 2016 confirming,

a. Three similar completed works costing not less than Rs.4.00 Crores

b. Two similar completed works costing not less than Rs. 5.00 Crores.

c. One similar completed work costing not less than Rs. 8.00 Crores.

Sl. No. Description Marks

a) If bidder is a manufacturer attach proof of manufacturer Like License of factory or

SSI registration etc. 10

b) Bidder have EN 12368 certificate (CE) for traffic lights - quality certification - as

proof to be attached. 15

c) The bidder should have a team comprising of traffic engineer, electrical

&electronics engineer, traffic signal technician. 10

d) Work Plan and Methodology. 10

c) If bidder is in Traffic signal business (order copy / completion certificates as proof )

more than 10 years. 15

less than 10 years more than 6 years. 10

less than 6 years more than 5 years. 5

d) Business turnover (CA Certificate to be attached + balance sheet).

More than Rs. 10 Crore in last 5 years. 10

Rs. 7 to10 Crore in last 5 years. 5

e) Bidder TOT partner of CDAC. 10

Maximum marks 100

Minimum marks to qualify is 80

BSCL reserves the right to undertake confidential verification of the bid documents received.

Discrepancies found, if any, will dealt as per the law.

12

Section 2

Annexure / Check List

The bidder should furnish the following information: -

(i) Mention the number of years the bidder is in the business of Road Traffic signals/blinkers,

appended as Annexure-I.

(ii) Whether their company is registered under Company’s Act or otherwise. In first case,

memorandum of association shall be appended and marked as Annexure - II.

(iii) List of professionals, along with the bio data of Engineers and Technicians attached to traffic

signal business with their educational and technical qualifications, present designation and place

of posting, appended as Annexure - III.

(iv) List of staff to be put on work of Intelligent Traffic Systems (ITS) operations, appended as

Annexure - IV.

(v) Whether the bidder company has continuous liaison with a reputed/expert indigenous or

foreigner(s) (with interdisciplinary traffic engineering personnel) for installation and up-gradation

of signal technology required for synchronizing signaling system and working in advanced form of

Traffic Control System. If yes, Bidder Company shall write the name of expert agency(s) with

documentary proof or agreement copy and their experience, in this regard, appended as

Annexure - V.

(vi) Indicate the details regarding application software(s) to be utilized for achieving synchronization

for the corridor optimization at isolated junctions and all relevant details, appended as Annexure

- VI.

(vii) Solvency Certificate from bank for more than Rs. 100 lakhs, appended as Annexure - VII

(viii) Specify the technology of traffic signal controller used and also traffic lights must be CE certified

as per En 12368 (attach certificate CE), appended as Annexure - VIII. (if bidder is not

manufacturer of traffic lights then attach Manufacturer authorization form and manufacturer

certificates )

(ix) The source of procurement of signal controllers, pelican controller, CPU card, aspects

(Polycarbonate.) cable, DER Timers, poles etc. by the bidder with clarification whether the same

is of their own manufacturing or purchase from market by giving relevant specifications

(Indian/International) code for all items, (if applicable), and VMS also be furnished, appended as

Annexure - IX.

(x) An undertaking that the bidder has the sufficient infrastructure and capability to keep/store the

material of signals in Bhubaneswar City Or an understanding to the effect that the firm will

establish a maintenance base in the city of Bhubaneswar within two months from receipt of offer

letter in case the firm is declared successful, appended as Annexure – X.

13

Section 3

General Terms and Conditions

1) Stage/Sequence and Rate of Payment to be made by BSCL: For correlation with the following table,

please refer the RFP Part-B/Financial Proposal for CAPEX, OPEX, etc. The terms CAPEX and OPEX for

payment shall hereinafter mean the accepted corresponding rates/amounts for various

items/components. The successful bidder shall, hereinafter be designated as Agency unless

otherwise mentioned in this RFP.

Sl. No.

Components Stages of Payment

1.

Mobilisation advance (optional) against irrevocable bank guarantee issued from any Nationalised/Schedule Bank of India in favour of CEO, BSCL, Bhubaneswar. It is to be recovered with 10% interest on reducing balance (to be recovered in two instalments from the payment found due to the successful bidder vides Sl. No. 2 and Sl. No. 3 below in this table).

Upto 10% of CAPEX

2.

On successful commissioning of 40% of total installations on certification from BSCL.

25% of CAPEX and shall be subject to recovery of 50% of mobilisation advance as at Sl. No.1. above with interest

3.

On successful commissioning of 80% of total installations on certification from BSCL.

30% of CAPEX and shall be subject to recovery of balance 50% of mobilisation advance as at Sl. No.1 above with interest on reduced balance.

4. On successful commissioning of 100 % of total installations on certification from BSCL.

20% of CAPEX

5.

On successful completion of 1 year defect liability

period to be reckoned from the date of completion as

per Sl. No. 4 above.

5% of CAPEX

6.

Payment for O & M part of the Contract and release

of the retained 20% of CAPEX vide Sl. No. 2 to 5 above

from 2nd year to 7th year from the date of successful

completion of all the installations, testing and

commissioning vide Sl. No. 4 above (Payment to be

made proportionately per quarter which is to be

derived from the OPEX rates for the respective years

and corresponding items/components vide Col. 6 to

11 of the RFP Part-B subject to fulfilment of all other

terms and conditions and direction of BSCL).

Amount per Quarter of the

respective year and for the

respective components/items

= (1/24 × 20% Retained CAPEX

Amount) + 25% of Annual OPEX

Amount

*Notes: From each bill 5% of the corresponding gross value shall be retained towards security deposits

against defect liability. It would be considered for release after one year from the date of payment of

final bill provided all the instructions issued till such period by BSCL have been successfully

complied/abided by the Agency.

14

2) The sequence of work and selection of locations on priority shall be the prerogative of BSCL and the

Agency shall have no option but to abide by it. Similarly, for OPEX also, the quantum and sequence

of payment shall not be dependent merely upon the portions/locations of the installations

maintained but, shall also depend upon timely response of the agency for rectification of the

faults/defects irrespective of the locations and items/components in time successfully as directed

by BSCL.

3) OPEX payment will be released after 15 days of each quarter and payment will be deducted at such

rate, as decided by BSCL if complaints are not attended to in time or for non-functioning of

signals/equipments for more than 24 hours continuously irrespective of the locations.

4) Time for execution of the Project is nine (9) months in 2 phases. In first phase, 50% signal locations

with full number of blinkers to be commissioned and full number of pelican signals with rest 50%

signal locations to be commissioned in phase 2.

5) Rates/Prices to be quoted should be inclusive of all taxes, freight, insurance, charges, etc. Each

quantum of payment to be made by BSCL to the agency shall be subject to statutory

deductions/retention as per relevant practices and rules.

6) Initial electricity connection charges shall be borne by BSCL. Subsequent expenditures including

energy charges shall be borne by the Agency till the completion of the contract period.

7) Initial road cutting permission shall be obtained by BSCL. Charges for initial and subsequent (if any)

cutting and restoration of the road, as per requirement, shall be borne by the Agency. However,

getting subsequent permission for road cutting from the respective/competent authority for

restoration of the signal system, pelicans, etc. at any location/junction shall be the responsibility of

the agency.

8) Selection of locations for installations of poles for signals and blinkers shall be as per the

direction/decision of BSCL.

15

Section 4

Instructions to Bidders

4.1 Invitation of Tender:

The CEO for and on behalf of the Bhubaneswar Smart City Limited, hereinafter referred as the

BSCL will receive tender for the work.

4.2 Number of Proposal:

A bidder is eligible to submit only one proposal for this project.

4.3 Tender Document Fee:

Non-refundable Tender Document (downloaded from www.bdabbsr.in and www.bmc.gov.in) cost

in shape of Demand Draft/Pay order from any scheduled commercial bank in favour of

“Bhubaneswar Smart City Limited” payable at Bhubaneswar for Rs.10,500/- (Rupees Ten thousand

five hundred only inclusive of VAT) is to be furnished by the bidder along with the technical Bid.

Bid without the requisite tender Document cost shall be treated as non-responsive and rejected.

4.4 Language of Tender:

Tender shall be written in English.

4.5 Tender Validity:

The Tender shall be kept valid for 90 (Ninety Days) calendar days from the date of opening of

Commercial Bid of the tender. Thereafter validity may be extended for further period as may be

mutually agreed upon between the Bidder and Client.

4.6 Tender Document:

Each Bidder shall submit only one tender document. Bidders are requested to read carefully the

following directions, terms and conditions of the contract and sign the form of tender, annexure,

specifications and bill of quantities and rates etc. after making appropriate entries wherever

necessary. All entries should be in clear writing and legible. Any corrections made by the Bidder in

his entries must be attested by the signatory. Tenders containing erasures or alterations not so

attested or written in illegible form are liable to be rejected. Contents of the tender documents

are:

1. Scope of work

2. Important Points

3. Post Qualification Criteria

4. Instructions to Bidders

5. Special instruction to Bidders

6. Form of Tender

7. Agreement Form

8. Performa of Banker’s Guarantee

9. List of Approved Banks

10. Technical Specification

16

11. Safety

12. Testing

13. Different Formats

14. List of Signal Junctions

15. General Conditions of Contract, Definition & Interpretation

4.7 The B. G. shall be kept valid by renewal until finalization of final bill, settlement of accounts of work

by the contractor in all respect or the completion of defect liability period whichever is later.

4.7.1 The Contractor shall arrive at the rates after carefully preparing the rate analysis taking

the site conditions into consideration.

4.8 Earnest Money Deposit:

4.8.1 Amount of E.M.D. The Bidder shall submit the E.M.D. of Rs. 12, 00,000 /- as specified in the tender notice

document in the form of Demand Draft / Pay Order / Bankers Cheque issued by Bankers

in Bhubaneswar limit in favour of “Bhubaneswar Smart City Limited”, payable at

Bhubaneswar and will be held till the Performance Guarantee comes into effect. No

interest will be paid on E.M.D.

4.8.2 Currency of E.M.D The E.M.D. shall be furnished in Indian Rupees.

4.8.3 Submission of E.M.D. The Bidder shall pay the E.M.D. in the form of Demand Draft or Bankers Cheque (Pay

Order) in a favour of “Bhubaneswar Smart City Limited”, payable at Bhubaneswar. The

Bidder shall submit such DD physically in Packet "A" on due date of submission of Bid

(till 02.00 pm dated 13.07.2016) at the Office of The CEO, Bhubaneswar Smart City

Limited, Bhubaneswar. If such Demand Draft or Bankers Cheque (Pay Order) is not

submitted physically on due date in Packet "A" in stipulated time, the Bid shall be

treated as Non-Responsive.

4.8.4 Requirement of E.M.D. The E.M.D. is required to protect BSCL against the risk of Bidder(s) conduct, which would warrant the security’s forfeiture, pursuant to Clause (4.6.7) hereunder.

4.8.5 Rejection of Tender Any tender not secured in accordance with Clause (4.6.1), (4.6.2) and (4.6.3) mentioned above, shall be rejected by BSCL, without any further correspondence and will be treated as 'Non-responsive'.

4.8.6 Discharge of E.M.D.

E.M.D. of unsuccessful Bidder(s) excluding first four lowest responsive Bidders will be

discharged / returned as promptly as possible as per rules. The E.M.D. of 3rd & 4th

lowest responsive Bidders will be refunded after Tender committee Meeting. The

E.M.D. of 2nd lowest responsive Bidder will be refunded after issue of Letter of

Acceptance to the successful Bidder. The E.M.D. of successful Bidder(s) will be

17

discharged only after submission of Performance Guarantee within 15 days of receipt of

Letter of Acceptance or after expiration of tender validity period whichever is earlier.

4.8.7 Forfeiture of E.M.D.

The E.M.D. can be forfeited if a Bidder:-

a) Withdraws his tender during the period of tender validity.

b) Fails to execute the contract agreement if selected

4.8.8 Period of Validity of Tenders:

Tender shall remain valid for 90 days from the date of opening of Financial Bid (Packet

"B").

4.8.9 Extension of Period of Validity:

In exceptional circumstances, BSCL may solicit the Bidder’s consent to an extension of

the period of validity. The request and the response thereto shall be made in writing.

Extension of validity period by the Bidder shall be unconditional. The validity of E.M.D.

provided shall also be suitably extended. A Bidder may refuse the request on which case

there will be no forfeiture of E.M.D.

4.9 Site Inspection: Bidder(s) are deemed to have got acquainted with the site conditions and also

advised to visit the site sufficiently in advance of the date fixed for submission of tender. If need

be take assistance from BSCL officers in locating the intersection if it is found difficult to identify

the intersection on their own.

4.10 Modifications in Tender Document:

In case of necessity of any modifications, in the tender document including extension of

submission date of the Tender, the same will be affected by an addendum. Copy of addendum will

be uploaded on website www.bdabbsr.inand www.bmc.gov.in . Bidders are requested to check

the website regularly till closing date of Bid. Each addendum shall be uploaded by the Bidder(s)

along with the Tender. The Bidder(s) shall not add or amend any text of tender documents.

4.11 Taxes and Duties on Material:

All charges towards Service Tax & Octroi, Value Added Tax etc. and other duties on material

obtained for the works from any source including the taxes applicable in Odisha or outside Odisha

as well as in India or outside India, on the transfer of property in goods involved in the execution

of work contracts (re- enacted) Act, 1989 shall be borne by the Bidder. BSCL (BSCL) should no way

be liable for any change in tax structure or amendment if any, done by local State Governments or

by Central Government. The Labor Welfare Cess as applicable as per the Government Resolution

will be recovered from R. A. Bills and Final Bill of the Contractor.

4.12 Interpretation of Tender Document:

Bidder(s) shall examine the tender document and acquaint themselves with all conditions and

matters affecting the cost of the works. If any Bidder(s) finds discrepancies or omissions in the

document or if any doubt about their meaning, he should immediately address a query to The

CEO , BSCL at least 7 days prior to the date of submission.

18

Any resulting interpretation of the tender document will be published on BSCL’s website for

prospective Bidder(s) as an addendum in addition to written reply to the particular Bidder. Oral

clarification obtained from any source shall not be binding on BSCL.

No Bidder(s) shall amend the text of any document except as may be necessary to comply with

any addendum.

4.13 Brand Names:

The Bidder shall ensure that branded material only with BIS/IS/EN12966 Or En 12368 where ever

applicable mark is used. Please note that BSCL reserves the right to accept / reject any make quoted

by the Bidders while executing the contract.

4.14 Solvency Certificate:

Bidder(s) shall submit a latest solvency certificate from any recognized Bank approved by RBI and

the same shall be issued not earlier than a year.

4.15 Signing of Contract Agreement:

Bidder are requested to sign at appropriate place in the Tender, Tender Form, Specifications,

Proformas etc. after making appropriate entries wherever necessary.

a If a tender is submitted by an individual it shall be signed by him giving his full name and

address.

b If a tender is submitted by a proprietary firm it shall be signed by the proprietor with his full

name, name of the firm and address.

c If a limited company or a Corporation submits a tender, it shall be signed by a person holding

Power of Attorney for signing the tender with the certified copy of the Power of Attorney

accompanying the tender. Such limited company or Corporation shall furnish evidence of its

existence before the contract is awarded.

d Power of Attorney shall be registered with the Office of Chief Accountant (Finance /

Treasury).

e Bidder(s) should note the units for items and quote the rate in tender.

4.16 Submission of Tender: Through Speed Post /Registered post/ Courier at the office of The CEO,

BSCL, Bhubaneswar. Drop box facility and hand delivery is not allowed.

4.17 All tenders shall be submitted as per procedure stated in “SPECIAL INSTRUCTIONS TO BIDDERS

PARTICIPATING IN TENDER on due date & time. Tenders received after the stipulated time and date

will not be considered. Telegraphic tenders will not be accepted under any circumstances.

4.18 Tender shall be forwarded as ‘Technical Bid' (Packet ‘A’) and 'Financial Bid' (Packet 'B'). The copies

of documents asked in Technical Bid shall be certified by Officer not below the rank of Asstt.

Engineer / A.O. of Chief Engineer or any other State / Central Govt. Gazetted Officer.

4.19 Technical Bid shall contain the following documents:

Packet 'A' -

a) Demand Draft towards E.M.D, payable in Bhubaneswar in favour of “Bhubaneswar Smart

City Limited”, payable at Bhubaneswar. Further physical Demand Draft / Pay Order

towards E.M.D. shall be submitted in physical Packet 'A'.

19

b) Scanned copy of valid Bank Solvency Certificate, issued within period of one year prior to

the date of submission of tender.

c) Scanned copy of Sales Tax registration Certificate in (or equivalent requirement under

V.A.T.) The bidders those not registered shall submit an undertaking to the effect that if

they are successful bidder, they shall submit Sales Tax Registration Certificate within 15

days of issue of work order.

d) Scanned copy of PAN document.

e) Scanned copy of Latest Partnership Deed in case of Partnership Firm duly registered with

C.A. [Finance / Treasury]

f) Scanned copy of List of completed works in the last 5 years in prescribed Proforma ‘A’. All

the listed works shall be supported by attested copies of certificates signed by officer not

below the rank of Executive Engineer, respectively.

g) Average Annual turnover during last 5 years (excluding the current financial year

(Proforma ‘B’)

h) Scanned copies of audited balance sheets of last 5 years.

i) Information on provision of qualified personnel (Proforma ‘C’)

j) Details of existing commitments and ongoing work / works in hand and works for which

tenders already submitted. (Proforma ‘D’)

k) Undertaking on Rs. 200/- Stamp Paper regarding quoting best prices. (as per Proforma 'E')

l) Organizational set up (Proforma 'G')

m) Signed copy of the Addendum if any.

n) Form of Tender (as prescribed in Tender Document) duly filled in.

o) The Bidder should submit the Certificates of Registration under Employees Provident Fund

and Miscellaneous Provision Act, 1952 (E.P.F. & M.P. Act, 1952) if 20 or more workers /

persons employed on Bidder's Establishment. If less than 20 workers / persons are

employed on Bidder's Establishment, then the Bidder should submit undertaking in that

regard on Rs. 200/- Stamp Paper. However the Bidder should submit the Certificate of

Registration under E.S.I.C. Act, 1948 for any no. of workers / persons employed.

p) Valid E-Mail id of the Bidder along with the Name & Mobile Number of the Bidder.

4.20 Errors and Discrepancies in Tender:

If tender contains errors such as computing mistakes, incorrect transfers etc., BSCL will inform the

Bidder(s) of such errors or discrepancies and rectify the errors or discrepancies and will re-total

the amount of bill of quantities. The forgoing procedure may be applied at any time prior to award

of contract and BSCL is not liable for any error or discrepancy which was not covered during

scrutiny of the tender.

4.21 Policy for Tender under Consideration:

20

Bidder(s) shall be deemed under consideration from the day of opening of tender until such time

as an official announcement of Notification of Award is made. While tender are under

consideration Bidder(s) or their representative are advised to refrain from contacting, Bidder by

any means, any BSCL Personnel on matter relating to the tender under scrutiny, if necessary, the

officer in charge will obtain clarification on tender from any or all the Bidder(s) either in writing or

through personal contact as may be necessary. No Bidder(s) shall be permitted to change the

substance of his tender after tenders have been opened.

4.22 Award of Contract:

It is BSCL’s right to accept any Tender and to reject any Tender or all Tenders. Notwithstanding

anything stated herein, BSCL reserves the right to accept full or part of the tender or reject any

tender, and to cancel / annual the tendering process and reject all tenders at any time before the

award of the Contract, without assigning any reason and thereby without incurring any liability to

the affected Bidder or Bidder(s) or any obligation to inform affected Bidders of the ground for its

action / decision.

i) Notification of Award

The offer of responsive highest scores based on QCBS will be accepted.

The successful Bidders will be notified accordingly.

a) Notification to Bidder

Notification of the award by BSCL will be issued in writing to the successful Bidder prior

to the expiration of the period of validity of the proposal, by hand delivered letter /

registered letter or by fax. Notification of award will constitute the formation of

contract. This letter (hereinafter the “Letter of Acceptance”) shall direct the Bidder in

consideration of the execution, completion and maintenance of the work as prescribed

by the Contract (hereinafter the “Contract Cost”) in accordance with Payment Terms

mentioned in the relevant clause. The Bidder shall acknowledge in writing, the receipt of

the Letter of Acceptance and shall send his acceptance to enter into the Contract within

five (5) days from the receipt of the Letter of Acceptance.

b) Signing of agreement

Pursuant to the Bidder acknowledging the Letter of Acceptance, the Bidder and BSCL

shall promptly and in no event later than 15 days from the date of acknowledgment of

the Letter of Acceptance, sign the Contract. This shall be subject to submission of the

Performance Guarantee as stated in clause herein below. BSCL shall have the right and

authority to negotiate certain terms with the successful Bidder before signing of the

Contract. The signing of the Contract shall amount to award of the Contract and the

Bidder shall initiate the execution of the work as specified in the Contract.

c) Discharge of E.M.D.

Within a period of 15 days from date of acknowledgment of the Letter of Acceptance,

the successful Bidder shall deliver to BSCL a Performance Guarantee as stated in Clause

herein below. Upon submission of the Performance Guarantee by the successful Bidder,

21

BSCL shall notify the other Bidders that theirs Tenders have been unsuccessful and shall

discharge the E.M.D. to unsuccessful Bidder pursuant to Clause under 4.6.6.

d) Expenses for the Contract

All incidental expenses of the execution of the Contract shall be borne solely by the

successful Bidder and such amount shall not be refunded to the successful Bidder by

BSCL.

e) Failure to abide by the Contract

The conditions stipulated in the Contract shall be strictly adhered to and violation of any

of these conditions shall entail immediate termination of the Contract without prejudice

to the rights of Bidder with such penalties as specified in the Tender Document and the

Contract.

4.23 Receipt of Tender and Tender Opening:

Tenders shall reach the office of The CEO, BSCL before 02.00 pm on 13.07.2016. The Technical Bids

of the Tenders will be opened after 04.00 pm on the same day in the office of the CEO,

Bhubaneswar Smart City Limited, C/o. Bhubaneswar Development Authority, Akash Shobha

Building, Pt. Jawaharlal Nehru Marg, Bhubaneswar -751001.

Late submission of tender or telegraphic tender will not be accepted. Maximum two authorized

representatives from each Bidder may attend the tender opening, when ‘Technical Bid’ will be

opened. After opening of ‘Technical Bid’, the Bidder shall submit information's / clarifications /

documents if required, within specified period (max. 7 working days) of being asked to do so.

Contents of ‘Technical Bid’ will be scrutinized & evaluated by the Tender Evaluation Committee.

Non responsive Bidders will be informed. In case requisite documents are not enclosed, the

Tender shall be rejected outright.

The Bhubaneswar Smart City Limited reserves the right to reject all of any of the tender(s) which

does not appear to be in its best interest and the Bidder(s) shall have no cause of action to claim

against the BSCL, its employees, successors or assignee for rejection of the tender.

4.24 Stamp Duty , Legal Charges and Stationery Charges:

The successful Bidder shall pay stamp duty on the contract and legal & Stationary charges for

preparation of the contract agreement.

4.25 Legal Dispute and Jurisdiction of Courts:

In case any claim, dispute or difference arising in respect of the contract, the cause of action there

of shall be deemed to have arisen in Bhubaneswar and all legal proceedings in respect of any such

claim, dispute or difference shall be dealt with amicably between the two parties

4.26 Procedure for Settlement of Disputes :

In case of any Dispute or difference arising out of or in relation to or connected with the

agreement between the employer & the contractor the same shall be resolved or settled by way

of arbitration by the sole arbitrator to be appointed by CEO, BSCL and the decision of the

22

arbitrator shall be final & binding on both the parties. The arbitration shall be held in accordance

to the provisions of Arbitration and Conciliation Act 1996 and the place of arbitration shall be only

at Bhubaneswar.

4.27 Signing of The Contract:

Within 30 days of receipt of the Notification of Award (Letter of Acceptance) the successful Bidder

shall sign the Form of Agreement along with all documents required for execution of contract

including Odisha VAT clearance certificate and shall require executing the contract and also shall

furnish the required Performance Guarantee.

4.28 Extension of The Contract:

Extension of the contract with respect to additional locations/fixtures and the maintenance period

beyond six years and one year of defect liability period shall be subject to mutual consent between

BSCL and the successful bidder. The terms and conditions including payment for such extension /

addition shall be rationally derived from this original contract and to be duly agreed upon by both

the parties through supplementary agreement(s). However, the payment aspect may be governed

by the increase/decrease in wholesale commodity price index/indices and relevant index/indices

applicable for the services to be rendered by the successful bidder under the supplementary

agreement(s). The index/indices shall be as per the notifications of Government of India. However,

BSCL reserves the right to adopt some other rationale to arrive at the rate, sequence and quantum

of payment(s) for the extended part(s) of this contract. While doing so, the life cycle of the

fixtures/equipments and installations shall be considered as seven years for proportionate

calculation. For comparison of the rates/indices for the aforesaid extension part(s) of this contract,

the calendar year quarter pertaining to publication of this RFP and the calendar year quarter during

which the supplementary agreement(s) would be signed between BSCL and the successful bidder,

shall be taken into consideration.

23

Section 5

SPECIAL INSTRUCTIONS TO BIDDERS

5.1 The bill of quantity is based on requirements of past experience. Quantities shown in the Bill of

quantity are, therefore, approximate. BSCL reserves right to make changes, in the same, to any

extent i.e. in the quantities, as per the site conditions / requirements prevailing at the time of

execution of work and as per the requirements and / or recommendations of Traffic Police. As

such, the B.O.Q. items may not be executed to extent of the respective quantities incorporated

in B.O.Q. depending upon the site conditions. The Bidder shall not be entitled for any

compensation on this account. Before starting the work contractor shall consult the Site

Engineer and shall take actual measurements on the site for procurement of material.

5.2 The Bidders are directed to go through the entire Tender document including directions /

specifications, etc. and get the clarifications, if any, before filling up of the tender. Such requests

regarding clarifications, if any shall be in writing and shall reach the office of The CEO, BSCL at

least 7 days prior to due date of the tender.

5.3 Wherever the word quotation / quotation or bid or bidders is appeared, it should be read as

Tender / Bidder.

5.4 The Bidder shall procure all material required for the work from authorized manufacturers with

valid BIS/IS/EN/relevant standards certificates and as per relevant requirements/ specifications

wherever applicable.

5.5 Bidder shall produce on demand such details as called by the Engineer to prove the genuineness

of the material. Non-approved material shall not be brought on site. Rejected materials must be

replaced by the contractors within 1 (one) day.

5.6 All material required for the work can be stacked near the site of work in such manner so as not

to cause any inconvenience to the pedestrian and vehicular traffic. If no space is available on

site then Bidder shall make his own arrangement for stacking of material etc. No extra payment

will be made on this account. The entire work shall be done without causing any disturbance to

nearby residents / land users & pedestrians.

5.7 Supply, Installation and Commissioning of Road Traffic Signals at 59 Junctions, blinkers at 5

locations and pelican signals at 14 locations and Subsequent Preventive and Corrective

Maintenance for the period of Six Years Post Defect Liability -12 months (Inclusive of monsoon).

Wiring, ducting, cabling, earthing and allied works involved for installation of the signal shall

conform to the standards.

5.8 The specifications included in the tender follow corresponding standards of IRC, & PWD. In case

of any contradiction in specification, the decision of Engineer will be final and binding.

5.9 All General conditions for different works i.e. electrical, mechanical, civil etc., as stipulated by

the BSCL from time to time, as amended date shall be applicable to the contract.

5.10 BSCL reserves right to cancel the individual works at any stage and Bidders will not be entitled to

any compensation / claims whatsoever on account of such cancellation.

5.11 The Bidder shall note that, in case certain junctions are required to be removed as per

24

instruction of Traffic Police, he will not be entitled to any compensation / claims whatsoever on

account of above.

5.12 BSCL is not bound to accept the lowest offer or any other offer and BSCL reserves the right to

relax any of the stipulated conditions and reject any or all Tenders, without assigning any

reason.

5.13 Previous bad / good records of Bidders as also their previous experience in major cities in India

& / or abroad shall be considered while evaluating the tender.

5.14 It will not be binding on BSCL to provide any space / set the contractor for enabling them to

operate for maintenance work.

5.15 The payment of the bills and other claims arising out of the contract will be made in the name of

Bidder’s Bank. The payment of the bills and other claims will made by Cheque only through

E.C.S. Successful Bidder therefore will have to furnish information as regards the name and

complete address of his bank, its branch and the bank A/c no & E.C.S. No. etc. along with tender

document. They will have also to submit fresh information when there is any change in this

regard.

5.16 Contract Labor (Regulation and Abolition act 1970): The Bidder should specifically note that the

successful Bidder shall have to strictly comply with all the statutory requirements under the

provision of the Contract Labor (Regulation and Abolition) Act, 1970.

5.17 Bidders are requested to take cognizance of child Labor Act and take precaution not to deploy

child Laborers on site. If Child Laborer is found to be deployed on the work, necessary action as

deemed fit will be taken.

5.18 The contractors shall abide themselves by the provision of the minimum wages act / Workman

compensation Act and such other statutory obligations notified by the concerned Government

departments from time to time. They shall also indemnify BSCL from any claims whatsoever

arising there from and shall be solely responsible for consequences thereof.

5.19 All material required for the work except otherwise specified shall be procured by the Bidder as

per Technical Specifications. Bidder shall submit Manufacturer’s test certificate accordingly for

every item purchased as per relevant standard.

5.20 The successful Bidder(s) has to complete the work within contract period.

5.21 Bidder shall have to obtain all the permission of the concerned authorities / other agencies

required for carrying out the work on their own. Only recommendatory letters will be issued by

BSCL.

5.22 The successful Bidder(s) shall provide various boards on site to have smooth traffic as per the

requirement of Traffic Police Department and shall have proper co-ordination with Ward staff &

Traffic Police Department.

5.23 The contract period is including period required for mobilization, procurement of material,

traffic permission, other required permission etc. complete and shall be reckoned from the date

mentioned in the work order.

5.24 The bidder should submit the Certificates of Registration under Employees Provident Fund and

Miscellaneous Provision Act, 1952 (E.P.F. & M.P. Act, 1952) if 20 or more workers / persons

25

employed on Bidder's Establishment. If less than 20 workers / persons are employed on Bidder's

Establishment, then the Bidder should submit undertaking in that regard on Rs. 100/-stamp

Paper. However the Bidder should submit the Certificate of Registration under E.S.I.C. Act, 1948

for any no. of workers / persons employed.

5.25 That the Bidder / property owners / other private parties paying contract deposits in the form of

Government Securities / Bonds / N.S.C. to the Bhubaneswar Smart City Limited shall have to pay

service charges and depositing / withdrawing charges on the face value of the securities at

prevailing rates approved by the competent authority from time to time for the entire period of

deposit. The charges shall be paid in cash before submitting the securities / Bonds / N.S.C. Etc.

5.26 Firms with common proprietors / partner or connected with one another either financially or as

Principal agent or as master and servant or with Proprietor / Partners closely related to each

other such as husband / wife / father / mother and minor son / daughter and brother / sister

and minor brother / sister shall not tender separately under the different names for the same

contract.

5.27 If it is found that firms as described in the direction vide Clauses 5.29 above, have tendered

separately under different names for the same contract, all such tender shall stand rejected and

Bidder(s) deposit shall be forfeited. Any contract entered into under such conditions will also be

liable to be cancelled at any time during its currency and penal action including blacklisting of

such firms will be taken.

5.28 Bidders are requested to note the units for various items carefully before quoting.

5.29 The quantities mentioned in the Bill of Quantities have been worked by adding the estimated

quantities for individual work at each junction mentioned in the tender.

5.30 Any excess or saving in any item will be considered on total quantities included in the Bill of

Quantity of that item in the tender documents.

5.31 Rates of each item of work mentioned in the schedule should be well scrutinized with due

consideration of each item before submitting the tender as no variation in rates etc. will be

allowed on any ground as mistake or misunderstanding etc. after the tender has been

submitted.

5.32 The contractors will have to work during, night time also, if required and no extra claims will be

entertained.

5.33 No price escalation will be payable.

5.34 The employer in this contract is The CEO (BSCL) is the Engineer for this contract. The Engineer or

his representative will strictly supervise the work at all levels and hence witness tests at all

levels. The contractor shall submit the all test certificates and shall observe strict adherence to

the given standards unless, otherwise specified in writing by competent authority is expected.

Any deviation from the given standards will not be tolerated.

5.35 If is observed that the contractors carrying out the work fail to comply with the instructions

given by the higher Authorities at BSCL level during execution of work twice, the work will be

terminated and will be carried out at the risk and cost of the contractor and penal action will be

taken against them. This decision will not be arbitrary at all.

26

5.36 Bidder should specifically state their residential addresses besides their official addresses along

with the telephone and mobile number. The contractor or their partners and authorized

representative shall be available on a given telephone number during any hours of the day.

5.37 All the details regarding the staff proposed shall be approved and if any change in that regard

shall be immediately intimated to office. Name and Bio- data of the technically qualified

personnel employed to supervise to work should be intimated to office before starting of the

work.

5.38 The Bidder should have a very good dedicated team of qualified personnel to service these.

5.39 Detail program of the works will have to be made available from time to time in the office of

CEO, BSCL. If at any stage the previously approved program is required to be modified, the

bidder shall do so, immediately as directed by the BSCL. In case of necessary to modify / alter

the work program, as directed, the bidder shall do so without claiming any extra payment. The

program shall be reviewed periodically and rescheduled as directed.

5.40 The whole work shall be finished in workman like manner and to the entire satisfaction of the

BSCL. The entire work shall be in accordance with the latest modern practice and shall present a

neat appearance when completed from aesthetic point of view.

5.41 The entire work shall be completed within contract period as specified from the date of issue of

the work order. The individual works shall be completed within the stipulated period.

5.42 The work will be treated as completed only after cleaning the site in all respect after completion

of the work and to the satisfaction of The CEO, BSCL.

5.43 Time is the essence of the contract.

5.44 The Bidder shall submit the Bar Chart showing all the activities logically within the contract

period in a mutually accepted manner.

5.45 The contractor will have to carry out the work either during daytime and/or night time as the

permissibility from traffic operation point of view. No extra payment to that effect will be made.

5.46 This contract includes the work of Supply, Installation and Commissioning of Road Traffic Signals

at 59 Junctions, blinkers at 5 locations and Subsequent Preventive and Corrective Maintenance

up to end of defect liability period and subsequent annual maintenance of signals and blinkers

for 3 years post defect liability period

5.47 Defect Liability period for the period is one year warranty from the date of commissioning

including finance cost. However, the guarantee obligation is limited to defects during normal

course of operation and damage / defects due to accidents, thefts, vandalism, mob fury, and

other force major conditions are not covered under guarantee.

5.48 Departure from Specifications

Should the Bidder wish to depart from the provisions of the specifications or general conditions

of contract, he shall clearly mention them giving his reasons thereof. Unless this is done, the

equipment offered and work executed shall be deemed to comply in every respect with the

terms and conditions of the specifications without claiming any extra charges whatsoever.

5.49 Compliance of Rules

27

All works shall be carried out in accordance with the latest rules under the Indian Electricity

Act, 1910 as applicable. The Contractor shall comply strictly to Indian Standards Institution

Code (IS 732-1950) of practice for Electrical wiring and fittings in Buildings.

5.50 Installation shall comply with all the laws and regulations in effect with the regulations of the

competent authorities and the requirement of the Government and the Electric Supply

Company’s.

5.51 The work includes dismantling of existing signal hardware like signal poles. Signal aspects.

Controllers, at already signalized signals to bring in harmony in the signalization work. This will

also involve shifting the dismantled material to the site identified by BSCL. Hence the Bidders

are instructed to visit all sites that have signal hardware and estimate the quantum of work

involved before quoting.

5.52 The first year maintenance of this would fall in the warranty period and would be the sole

responsibility of the Bidder and any financial claims would be based only on unforeseen

circumstances like damage to signal hardware through accidents or natural calamities.

5.53 The bidder shall maintain a team of at least 6 persons, two technical and 4 technicians and a

vehicle throughout the defect liability period to ensure smooth maintenance activities.

5.54 A penalty of 5 % of the total bid price shall be imposed if the bidder fails to complete the work

within 45 days from the stipulated completion time.

5.55 A penalty of 1% of the AMC cost will be imposed for failure to respond within 12 hours for

operational maintenance and 0.25% for emergency maintenance if the response exceeds 3

hours.

5.56 Before tendering, the bidder shall visit all intersection / sites and satisfy himself as to the

prevalent conditions. He shall assess his needs of intersections and quote accordingly.

5.57 If necessary the bidder shall request assistance from BSCL in identification of intersection

locations to avoid any anomaly.

5.58 BSCL should hand over the junctions to the contractor for undertaking his component of works

without any encumbrance so that work on signalization is undertaken without delays.

28

5.59 The bidders shall take all necessary permissions for undertaking of civil works like foundations

for poles and installation of traffic signals etc. from authorities concerned. BSCL shall assist in

provision of required permits from NHAI, Roads and Bridges Department, Bhubaneswar

Development Authority, Bhubaneswar Municipal Corporation, Electricity and Telecom

Departments BSCL shall assist in provision of required permits from NHAI, Roads and Bridges

Department, Bhubaneswar Municipal Corporation, electricity and telecom departments.

5.60 The bidders must confirm in writing that they would have a facility for office space and storage

facilities at the start of the assignment for all the material related to this work if the bidders do

not own or have a rental facility for the above prior to commencement of work.

Rubber Stamp of the Firms

Witness ….............................. Trading under the style and Name of Contractors

Address …..............................

…..........................................

Witness ….............................. CEO/ Administrator

….........................................for Bhubaneswar Smart City Limited.

29

Section 6

FORM OF TENDER

To

The CEO

Bhubaneswar Smart City Limited

Sir,

I / We have read and examined the following documents relating to the work of Supply, Installation and

Commissioning of Solar Powered Adaptive Traffic Signals at Junctions & Blinker selected locations

1. .............................................................................................................

a) Notice inviting Tender.

b) Important Points.

c) Instructions to Bidders

d) Special instructions to Bidders.

e) General conditions of contract for Electrical works.

f) Annexes ‘A’ & Works specific details.

g) Bill of Quantities.

h) Special Directions to Bidders.

i) Prescribed Proforma

1. A I/We.................................................................. (full name in capital letters, starting with

surname), the Proprietor / Managing Partner / Managing Director / Holder of the Business, for

the establishment / firm / registered company, named herein below, do hereby offer to for the

execution of above work

............................................................................................................................................................

.............................................................. referred to in the specifications and schedule to the

accompanying form of contract at the rates entered in the schedule of rate sent herewith and

signed by me / us (Strike out the portions which are not applicable).

I/WeM/s. .......................................................... do hereby state and declare that I/We, whose

names are given herein below in details with addresses, have not filled in this tender under any

other name or under the name of any other establishment / firm or otherwise nor are we in

anyway related or concerned with the establishment / firm or any other person, who have filled

in the tender for the aforesaid work.

2. I/We hereby tender for the execution of the works referred to in the aforesaid documents,

upon the terms and conditions, contained or referred to therein and in accordance in all

respects with the specifications, designs, drawings and other relevant details.

30

On .......................................................... work or at such other rates as may be fixed under

the terms and conditions of the contract and within the period/s of completions as stipulated

in the Tender.

3. According to your requirements for payment of earnest money amounting to

Rs.____________, I / We have deposited that amount in D.D. with the

_______________________ Office of the BSCL.

4. I/We hereby request you not to enter into a contract with any other person/s for the execution

of the works until notice of non-acceptance of this tender has first been communicated to

me / us, and in consideration of your agreeing to refrain from so doing I/We agree not to

withdraw the offer constituted by this tender before the date of communication to me/us of

such notice of non-acceptance, which date shall be not later than Ten days from the date of the

decision of Bhubaneswar Smart City Limited.

5. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date

of opening Financial Proposal and not to make any modification in its terms and conditions

which are not acceptable to BSCL.

6. I/We agree that BSCL shall, without prejudice to any other right or remedy, be at liberty to

forfeit the said earnest money absolutely.

I/We fail to keep the tender open as aforesaid.

I/We fail to execute the formal contract or make the contract deposit when called upon to do

so.

I/We do not commence the work on or before the date specified by the Engineer in his work

order.

7. I/We hereby further agreed to pay all the charges of whatsoever nature in connection with the

preparation, stamping and execution of the said contract.

8. “I/We M/s. ......................................................................... have filled in the accompanying

tender with full knowledge of liabilities and therefore, we will not raise any objection or

dispute in any manner relating to any action, including forfeiture of deposit and blacklisting, for

giving any information, which is found to be incorrect and against the instructions and

directions given in this tender.

9. I/We further agree and undertake that in the event it is revealed subsequently after the

allotment of work/contract to me/us, that any information given by me/us in this tender is

false and incorrect, I/We shall compensate the Bhubaneswar Smart City Limited for any such

losses or inconvenience caused to BSCL in any manner and will not resist any claim for such

compensation on any ground whatsoever. I/We agree and undertake that I/We shall not claim

in such case any amount by way of damages or compensation for cancellation of the contract

given to me / us or any work assigned to me/us or is withdrawn by the BSCL”.

10. I/We further agree to take out before starting the work all insurance to be effected on behalf

of the workers and material valid throughout the contract period from the Directorate of

Insurance. If in any case the Insurance cover is not offered by the State Insurance Funds then

I/We agree to take out cover from Insurance Company / Companies approved by the Odisha

31

State Insurance Fund.

Bankers: ..................................................

Branch: ....................................................

.

Account No.:...............................................

Vendor Registration No.: .............................

Information regarding status of Bidder

(1) (a)Whether it is proprietary concern? (b)If so, name of the owner.

(2) In case of company, please furnish documentary proof of show that the company is registered.

Office Address:

Yours faithfully,

Signature of the Bidder

Firm

Full Name & 1.

Residential Address 2.

Of the Bidder 3.

32

Agreement Form

Agreement

This agreement, made the __________________________________ day of ______________20….,

between

______________________________________________________________________________________

___________________________________________________________[name and address of Employer]

(hereinafter called “the Employer)” of the one part and _______________________________________

______________________________________________________________________________________

__________________________________________________________________________ [name and

address of contractor] (hereinafter called “the Contractor”) of the other part.

Whereas the Employer is desirous that the Contractor “[insert name of the work], [name and

identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the

Bid by the Contractor for the execution and completion of such Works and the remedying of any defects

therein, at a contract price of Rs...........................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned

to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and

be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works

and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and

completion of the Works and the remedying the defects wherein the Contract Price or such other

sum as may become payable under the provisions of the Contract at the times and in the manner

prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

i) Letter of Acceptance

ii) Notice to proceed with the works

iii) Contractor’s Bid

v) Conditions of contract (including Special Conditions of Contract)

vi) Specifications

viii) Bill of Quantities

ix) Payment Schedule and

x) Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the day and year

first before written.

The Common Seal of ______________________________________________________________

was here into affixed in the presence of:

Signed, Sealed and Delivered by the said ____________________________________________________

33

_____________________________________________________________________________________

_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer _________________________________________________

Binding Signature of Contractor ________________________________________________________

34

PROFORMA OF BID SECURITY (BANK GUARANTEE)

WHEREAS, _______ __________________________ [name of Bidder] (hereinafter called "the Bidder")

has submitted his Bid dated____________________ [date] for the construction of [name of Contract

hereinafter called "the Bid"].

KNOW ALL PEOPLE by these presents that We ________________________________________ ___

[Name of Bank] of ______________________________ [name of country] having our registered office at

____________________________________________ (hereinafter called "the Bank") are bound unto

[name of Employer] (hereinafter called "the Employer") in the sum of _ * for which payment well and

truly to be made to the said Employer the Bank itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _____________ day of _________ 20__

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the

Form of Bid;

OR

(2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period

of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to

Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions

to Bidders; or

(c) does not accept the correction of the Bid Price.

We undertake to pay to the Employer up to the above amount upon receipt of his first written

demand, without the Employer having to substantiate his demand, provided that in his demand the

Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any

of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 45 days after the deadline

for submission of Bids as such dead-line is stated in the Instructions to Bidders or as it may be extended

by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of

this guarantee should reach the Bank not later than the above date.

DATE ________________ SIGNATURE _____ _________________

WITNESS ______________ SEAL______________________

___________________________________________________________________

[Signature, name and address]

35

* The Bidder should insert the amount of the guarantee in words and figures denominated in

Indian Rupees.

** 45 days after the end of the validity period of the Bid. Date should be inserted by the Employer

before the Bidding documents are issued.

36

PROFORMA - A

Details of Contracts of Similar Nature and Complexity

Use a separate sheet for each contract

1. Number of contract Name of contract Country

2. Name of BSCL 3. BSCL address 4. Nature of works and special features relevant to the contract for which the

Applicant wishes to prequalify

5. Contract role (check one)

Prime contractor

6. Amount of the total contract/subcontract/partner share (in specified currencies

at completion, or at date of award for current contracts)

Currency Currency Currency

7. Equivalent amount Rs.

Total contract: Rs. Subcontract: Rs. Partner share: Rs.

8. Date of award/completion 9. Contract was completed months ahead/behind original Schedule (ifbehind,

provide explanation).

10. Contract was completed Rs. equivalent under/over original

Contract amount (if over, provide explanation).

Name of Applicant or partner of a firm

37

PROFORMA – B

ANNUAL TURNOVER FOR LAST 5 YEARS

Sr. No. Financial Year Annual Turnover

Note: A above figures shall tally with the audited balance sheet submitted by the Bidder duly certified

by Chartered Accountant

38

PROFORMA – C

Details of Key Personnel with Bidder Who Are Proposed For This Contract

Sr.

No.

Description of

Category

Name

Qualification

Professional

experience and

details of works

carried out

Remarks

SEAL OF COMPANY SIGNATURE OF Bidder

DESIGNATION

DATE

39

PROFORMA - D

Summary Sheet: Current Contract Commitments/Works in Progress

Applicants and each partner to an application should provide information on their current

commitments on all contracts that have been awarded, or for which a letter of intent or

acceptance has been received, or for contracts approaching completion, but for which an

unqualified, full completion certificate has yet to be issued.

Name of

contract

BSCL, Contact

Address/tel/ fax

Value of

Outstanding

work (current

Rs.

equivalent)

Estimated

Completion

Date

Average

Monthly

Invoicing over

Last six months

(Rs./Month)

1.

2.

3.

4.

5.

Name of Applicant

40

MODIFIED AFFDAVIT FOR BEST PRICE

Tender No.

The CEO,

Bhubaneswar Smart City Limited.

Sir,

RFP No.

I / We ………………………………………………………………. (Full name in capital letters, starting with

surname), the Proprietor / Managing Partner / Managing Director / Holder of the Business /

Manufacturer / Authorized Dealer, for the establishment / firm / registered company, named

herein below, do hereby state and declare that

I/We_____________________ whose names are given herein below details with addresses

have not filed in this tender under any other name or under name of any other establishment /

firm otherwise nor are we in any way related to concerned with any establishment/firm or any

other person, who have filed in the tender for aforesaid work”.

“I/We do hereby further undertake that we have offered the best prices for the subject supply

work as per present market rates. Further, we do hereby undertake and commit that we have

not offered/ supplied the subject product / similar product/ systems or sub systems in the past

one year in India for quantity variation upto –50% or +10% at a price lower than that offered in

the present bid to any other outside agencies including Govt. / Semi govt. agencies within

India. Further, we have filled in the accompanying tender with full knowledge of the above

liabilities and therefore we will not raise any objection or disputed in any manner relating to

any action including forfeiture of deposit and blacklisting for giving any information which is

found to be incorrect and against the instruction and direction given in this behalf in this

tender.

I / We further agree and undertake that in the event it is revealed subsequently after the

allotment of work / contract to me / us, that any information given by me / us in this tender is

false or incorrect, I / We shall compensate the Bhubaneswar Smart City Limited for any such

losses or inconvenience caused to BSCL in any manner and will not raise any claim for such

compensation on any ground whatsoever.

I/We agree and undertake that I/We shall not claim in such case any amount, by way of

damages or compensation for cancellation of the contract given to me/us or any work assigned

to me/us or is withdrawn by the BSCL. However, in case of price difference if it is a result

differential tax structure, different Dollar values of Rupee, considering this aspect, before

invoking the penalty, blacklisting etc., I/We shall be given a reasonable opportunity being

heard by representing our case as to why such price variation/ differential has arisen.

In case, if the explanation submitted by me/us is unsatisfactory then action as stated above

may be taken against me/us.

41

SIGNATURE AND NAME OF THE BIDDER WITH SEAL OF THE COMPANY

(Authorised Signatory)

(Note: This affidavit should be given on Rs. 200/- stamp paper duly notarized by Notary with

red seal and registration Number.)

42

Letter of Acceptance (Letterhead paper of the Employer)

________________________[date] To: ___________________________________________________[name and address of the

Contractor] Dear Sir(s) This is to notify you that your Bid dated ____________ for execution of the work “[ insert name of the work ]” on turnkey basis involving design and execution of works ____________________________ [Name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ____________________________________ (_____________) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency. We note that as per bid, you do not intend to subcontract any component of work (Or) We note that as per bid, you propose to employ ___________________________ as sub-contractor for executing ________________________ (Delete whichever is not applicable) You are hereby requested to furnish Performance Security and Additional Performance Security if required for an amount of Rs…………... within 15 days of the receipt of this letter of acceptance and sign the contract. Yours faithfully, Authorized Signature Name and Title of Signatory Name of Agency

43

UNDERTAKING - B

I/We hereby confirm that we have examined Tender Document including addendum etc. (as

applicable), conditions of contract, specification, Bill of Quantities etc. forming part of the

Tender and accordingly we hereby submit our offer to execute the said work as per the tender

documents in all respects at the rates quoted.

1. Name of the Work: “Supply, Installation and Commissioning Of Solar Powered Adaptive

Traffic Signaling System at Junctions, Blinkers and Pelican Signals at Selected Locations in

Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of

One Year”.

2. Name of the Client: Bhubaneswar Smart City Limited

3. Estimated Cost: -------------

Name and Title of Signatory

Name of

Tenderer:

Address:

E-mail address of the

firm: Tel. Nos. :

Signature of the Tenderer of the Firm

44

PROFORMA –E

Structure and Organization

1. The applicant is an individual a proprietary firm.

2. Attach the organization chart showing the structure of the organization, including the names of the directors and position of officers.

3. Number of years of experience: as a Prime Contractor (Contractor shouldering major responsibility) in own country.

4. in other countries (specify country)

5. Name and address of any associates the applicant has in India (in case the applicant happens to be from foreign country) who are knowledgeable in the procedures of customs, immigration, taxes and other information necessary to do the work.

6. For how many years has your organization been in Business of Installation & maintenance of road traffic Signal system work?

7. Were you ever required to suspend construction for a period of more than six months continuously after you started? If so, give the name of the project and give reasons therefore

8. Have you ever left the work awarded to you incomplete? (If so, give name of project and reasons for not completing work).

45

SECTION-7

Terms of Reference

1. The Objective

The basic objective of this work is for making traffic signals operational in Bhubaneswar City by

Supply, Installation, Testing and Commissioning of Traffic Signaling System, Blinkers and Pelican

Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System and

Subsequent Maintenance for Six Years Post Defect Liability Period of One Year with a view that all

the signals can be linked to a central control room for area wide traffic management in the near

future. Signal efficiency is significantly enhanced in a scientific and engineering approach.

Signalization would go a long way in-

Reducing vehicle accumulation and delays at intersections

Reducing power and fuel consumption

2. Scope of Work

The broad scope of work shall cover the following activities and the Bidder is expected to adequately detail out these activities/components as part of their Technical Proposal.

Phase-I:

Task-1: Project Implementation Planning

Bidder has to submit the complete implementation plan along with the name of official and

duties who has to be deputed in the site for execution of project. Key activities as part of

implementation planning shall include:

Conducting a detailed asset survey, feeder wise marking of poles in Phase 1 and creation and maintenance of asset database

The bidder should open his site office for smooth execution and maintenance of the project. The bidder has to maintain necessary equipment in site which is required for implementation and maintenance of project activities.

All the machineries and equipment required for implementation of the project is to be arranged by the bidder, Employer has to provide only authorization and necessary clearance and permission if required.

The quality of the traffic lights and blinkers shall be maintained by bidder and during the project life. The bidder has to follow all necessary safety guidelines as mentioned in the bid document.

The bidder shall submit a comprehensive implementation planning report to the BSCL for their approval prior to supply, installation, commissioning of solar powered adaptive traffic signaling systems and blinkers in selected locations.

The bidder shall submit a weekly progress report.

46

Task-2: Supply, Installation, Testing and Commissioning of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations

Tripartite agreement has to be prepared and is to be signed by service provider & BSCL. After signing of agreement, bidder has to start immediate replacement of existing traffic lights. The supply, installations testing commissioning all are to be performed by the bidder for all the locations. Key activities shall include:

Dismantling of existing traffic signals from the street junction/site.

Supply, installation, commissioning of traffic signaling systems as per specifications with all fixtures, fittings and other related works. The bidder should execute all the traffic signals and blinkers in 9 months of time period which include two phases.

50% of traffic signals in each phase with full number of blinkers to be commissioned in phase-I and full number of pelicans to be commissioned in phase-II to the estimated date of completion (EDC) of the project.

All the machineries & equipment required for implementation of the project is to be arranged &all the procurement expense shall be borne by bidders. The BSCL has to provide only authorization& necessary clearances & permissions if required.

Packing and transportation from the manufacturer’s works to the Site including insurance.

Receipt, storage, preservation and conservation of equipment at the Site.

Pre-assembly, if any, erection, testing and commissioning of all the equipment.

Reliability tests and performance and guarantee tests on completion of commissioning.

The bidder shall have full responsibility of 1 year warranty of traffic lights, blinkers and pelican signals and subsequent maintenance for six (6) years post defect liability period and warranty shall start from the date of successful commissioning of the switching points. During project execution, bidder has to follow all necessary safety & security guidelines as per standard engineering practice for implementation.

Task-3: Repair & Maintenance of Installed Fixture up to Project Period

The bidder has to take the responsibility of repair & maintenance of all the installed new traffic lights and blinkers up to the project period. The fixture repairing shall be done free of cost for the warranty period. BSCL shall not provide any manpower support for the above task.

Bidder should attain the failure/ problem of installed system within a specified time, any delay by bidder for attending the problems shall be penalized by the BSCL.

Bidder has to maintain necessary machineries & equipment in site which is required for maintenance activity.

The quality of spare or new fixture should be same as of the installed fixture or system

Phase – II: Undertaking Six Years Subsequent Maintenance Contract (SMC)

The Subsequent Maintenance Contract shall include servicing & replacement guarantee for parts and consumable components (by submitting a chart of works) of Traffic Signaling Systems, Pelican Signals and Blinkers for Six years after one year of maintenance period from the date of installation.

47

The maintenance service provided shall ensure proper functioning of the traffic signaling system as a whole. All preventive/routine maintenance and breakdown/corrective maintenance required for ensuring maximum uptime shall have to be provided by the Bidder. Accordingly, the Subsequent Maintenance Contract (SMC) shall have two distinct components as described below.

Preventive/Routine Maintenance:

This shall be done by the company at least once in every three months and this type of maintenance is the periodic scheduled maintenance to minimize future problems. It includes inspection, calibration, cleaning, testing, sealing, painting, tightening of all electrical connections and any other activity in accordance with a predefined schedule to minimize the probability of unexpected failure and to maximize the life of the equipment. This includes but not limited to;

Cleaning of lens, reflectors, LEDs, poles, controller boxes, cable ducts and signal aspect bodies

Prevent failure of LEDs

Checking, cleaning and correction of controller components especially switches, contacts, terminals, timers and fault Log

Detection of cable faults

Replacement of fuses

Checking of standby power supply source

Checking of outstation transmission unit

Checking push buttons to ensure for working condition

Operational Maintenance:

This type of maintenance is the periodic scheduled (every six months) operational maintenance to minimize existing and future congestion problems. This maintenance includes the analysis of traffic signal timings and other operational activities that can potentially improve safety and mobility at the traffic signal.

Response (Emergency) Maintenance:

The goal of providing response maintenance is to restore the traffic signal to normal operation

as indicated on the current, approved Traffic permissions. This will basically include the

maintenance of signal heads, controller emergency, poles, base plates, pole foundations, etc.

The bidder will maintain a team of six personnel technically qualified to maintain the signals

continuously over six years.

The response time for emergency maintenance would be 2 hours and for operational

maintenance 24 hours.

The bidder shall maintain the following facilities at the local project office for ensuring highest level of services to the end user

Adequately trained manpower, specifically trained by the bidder for carrying out the service activities.

Adequate provisions for record keeping, which shall inter-alia, include the following:

- History record sheets of maintenance done.

48

- Adequate spares for ensuring least down time of an individual system.

The local project office shall send summary service reports to the BSCL on quarterly basis. These reports shall include the following information:

- Number of signals covered by the local project office.

- Number of signals working satisfactorily on the reporting date.

- Number of complaints received during the period of reporting.

- Numbers of complaints attend during the period of reporting.

- Major cause of failure, as observed.

- Major replacement made during the reporting period

- Separate report shall be submitted for each type of signal

- The records maintained at the local project office shall be available time to time to the BSCL.

The date of SMC maintenance period shall begin on the date of actual commissioning of the Signal systems.

Bidder shall furnish details of infrastructure that are presently available for establishing of local project office.

Further, after completion of the project period, the bidder should ensure the availability of spare.

3. Timelines:

Sl. No. Phase / Task Activity Time Period (From date of signing the contract)

1. Task - I (Phase-I) Project implementation planning. 15 days

2. Task-II (Phase-I) Supply of all hardware / software. 65 days

3. Commissioning of 50% of traffic signals and all blinkers.

140 days

4. Commissioning of the balance 50% of traffic signals and all the pelican signals.

210 days

5. Monitoring of signal operations and provision of traffic signal maintenance manual.

270 days

6. Task-III(Phase-I) Repair & Maintenance of Installed Fixture up to 1 year warranty period.

635 days

7. Phase II Undertaking Subsequent Maintenance Contract (SMC) – Year 2.

1000 days

8. Undertaking Subsequent Maintenance Contract (SMC) – Year 3.

1365 days

9. Undertaking Subsequent Maintenance Contract (SMC) – Year 4.

1730 days

10. Undertaking Subsequent Maintenance Contract (SMC) – Year 5.

2095 days

11. Undertaking Subsequent Maintenance Contract (SMC) – Year 6.

2460 days

12. Undertaking Subsequent Maintenance Contract (SMC) – Year 7.

2828 days

49

4. General Requirements:

Bidding agency should submit a Comprehensive Project Implementation Plan (CPIP) with deliverables according to the set timelines along with the technical bid as in terms of number of days.

BSCL shall monitor the project implementation to ensure its completion

Project Office: On award of project, bidding agency shall need to open a local project office for the purpose of execution of the project.

5. Technical Specification:

“Supply, Installation and Commissioning Of Solar Powered Adaptive Traffic Signaling System at Junctions, Blinkers and Pelican Signals at Selected Locations in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year”.

(A) TECHNICAL SPECIFICATION of Solar Powered Wireless Traffic Signals Vehicle Actuated Fully

Adaptive

Traffic Signals Designed for working in wireless medium without using Cable / Road cutting / digging – master controller & Slave Controller

Specification for Item # 1

MICROPROCESSOR BASED WIRELESS CONTROLLER – MASTER CONTROLLER

Wireless Master Controller - Vehicle actuated road traffic Signal Controller, Capable to operate the Slave Controllers and Signal lights over wireless medium having Inbuilt GPS module for time synchronization, USB port , RS232 debug port for status monitoring – Safety Features as follows:-

SAFETY FEATURES OPERATION MODE

Self-diagnosis on power up and runtime i) Automatic

Green- Green Conflict Monitoring ii) Manual

Lamp -Failure / Short circuit Monitoring iii) Centrally Controlled (ATCS)

Battery Voltage Monitoring (Solar Power) iv) Hurry call

Fallback on secondary frequency in case of wireless signal jam

v) Pre –timed

Automatic selection of Flashing program on error conditions and communication failures.

vi) Vehicle Actuated

Error logs sent to traffic monitoring Centre when networked

vii) Semi- Actuated

Wireless Master Controller - 8 input Sensing for Vehicle detection (Universal Vehicle detectors – Inductive or Virtual Loop Camera based ) , 16 optically isolated solid state lamp driving output, Capable to command 15 Slaves Controller, Working Voltage - 12 V DC - Solar Power Compatible, Power Consumption - 3.6 Watts , Should have CAN port for wired connectivity to slave controller, Controller to be fully Adaptive with Necessary communication port to be linked with Control room software to work as Intelligent – Real Time Full Adaptive centrally controlled + Coordinated Traffic Signal controller , Network connection charges for the defect liability period to be considered by Bidder , The Local controller will be housed in Pole mounting Cabinet Rain and Dust Proof complete in all respect.

50

Features:

: 32 bit microcontroller based Processor (CPU)

: Distributed architecture

: 1 Master and Slave controller (scalable from 1 to 15)

: Signal Switching and feedback on wireless medium

: No cable required for wiring signal lamps

: No road cutting/excavation of carriageway for laying Hume pipes / control & power cables

: Operate in unlicensed 2.4 GHz ISM Band

: Optimized Solar Power

: 12V DC operation

: Pole mountable Master and Slave controllers

: Power efficient LED signal aspects

Design : Modular & Scalable

CPU : 32 bit microcontroller

Memory : Internal Memory: Flash (512K), RAM (128K)

: External Memory: EEPROM (1MB)

Real Time Clock Selection :

1. Calendar Clock (RTC) with 10 years Battery back-up. Clock accuracy better than +/- 1 minute per

month

2. Inbuilt GPS Module for time synchronization with Accuracy +/-1 sec. per year

3. ATCS Server Time.

Protection :

Auto shut down on power fluctuation beyond limit & Auto Start up on restoration.

Output Switching : Through solid state devices, 16 outputs per Master and Slave controller

(scalable from 32 to 256 outputs).

Police Control Panel : Switches for Lamp OFF, Flash, Auto/Manual, Manual Advance & 4 Hurry

Calls.

ATCS Interface : 10/100Mbps RJ45 Ethernet port

Programming Facility : 1. Built In Keyboard & LCD Display

: 2. PC Software

Firmware Update : Through USB/RS232

Status Monitoring and : RS 232/Ethernet

Data Logging

Auxiliary I/O Interface : 8 Auxiliary I/O Interface

Output Protection : Open circuit, Short circuit, over load

Input/output Isolation : Optical Isolation.

Signal Plan configuration: 1. Built-in Keypad Facia with backlit LCD Display.

: 2. Plan download and upload through local PC

: 3. Plan download and upload through remote PC

Vehicle / Pedestrian : Scalable from 20 to 76 inputs in any Combination

51

Demand Actuation

Time Resolution : 100 millisecond

ATC Compatibility : CoSiCoSt, SCOOT, SCAT, OPAC

Specification for Item # 2

MICROPROCESSOR BASED WIRELESS CONTROLLER – SLAVE CONTROLLER

Wireless Slave Controller -operate on command of Master Controller with 16 optically isolated solid

state lamp driving outputs, 4 optically isolated Vehicle detector interface supports inductive loop,

Camera and microwave based vehicle detection Vehicle , USB Interface - Firmware update, CAN

interface- Signal Switching (optional) with RS232 debug port for status monitoring and data logging.

Working Voltage - 12 V DC - Solar Power Compatible,

Specifications for Item # 3

Traffic Signal Lights:-

Traffic signal Lights to be CE certified as per EN 12368 with Polycarbonate plastic housing.

VEHICULAR (RED) ASPECT

Size 300mm diameter

Led Viewing Angle 23

Led Forward Current 20mA

Total Number of LED's 144 NOS (Minimum)

Intensity of LED Aspect 380Cd (Minimum)

Total Power Consumption Maximum 10W

VEHICULAR (AMBER) ASPECT

Size 300mm diameter

Led Viewing Angle 23

Led Forward Current 20mA

Total Number of LED's 144 NOS (Minimum)

Intensity of LED Aspect 380Cd (Minimum)

Total Power Consumption Maximum 10W

VEHICULAR (GREEN) ASPECT

Size 300mm diameter

Led Viewing Angle 23

Led Forward Current 20mA

Total Number of LED's 72 NOS (Minimum)

Intensity of LED Aspect 350Cd (Minimum)

Total Power Consumption Maximum 10W

(PEDISTRIAN –RED ) ASPECT ( MEN STANDING)

Size 300mm diameter

Led Viewing Angle 23

52

Led Forward Current 20mA

Total Number of LED's 60 NOS (Minimum)

Intensity of LED Aspect 200Cd (Minimum)

Total Power Consumption Maximum 10W

VEHICULAR (PEDISTRIAN –GREEN ) ASPECT (MEN WALKING)

Size 300mm diameter

Led Viewing Angle 23

Led Forward Current 20mA

Total Number of LED's 60 NOS (Minimum)

Intensity of LED Aspect 300Cd (Minimum)

Total Power Consumption Maximum 10W

GENERAL Led Light Should be designed that Failure of One Led should not

result Loss of more than 5%

Input Voltage 12 Volts DC

Protection Fire Retardant, Glass Epoxy, FR4 Printed Circuit Board with

protective cover and plain Polycarbonate Lens

Surge Protection Built in regulated Power supply with surge suppressor & over

current/ over voltage protection

PIV Protection Reverse / Over voltage Protection for LED Chains Operating

Temperature: O Degree Celsius to 55 Degree Celsius

Power Factor > 0.9

Operating Temperature 0 to 65 C

Humidity 5-95%

Diameter 300 mm dia – Industry Standard.

Specifications for Item # 4

1. FOR COUNT DOWN TIMER

A. COUNT DOWN TIMER Full Matrix with three colour display red /amber and green

Display area 320 mm x 320 mm can show Graphics and numeric digit both , including

man standing and running in various steps , in Metal housing, MUST BE VISIBLE IN DAY

LIGHT FROM MORE THAN 300MTRS & READABLE FROM 100 MTRS. WITH serial

communication with controller to enable timer to work from 1st Cycle. the display area

of (for red/amber / green complete unit ) for Pedestrian countdown timer

B. For Vehicular countdown timer Numeric digit 2 & ½ digit 8 inch character height – red

and green color in same screen.

Specifications for Item # 5

POLES

1) STANDARD POLE –with Support structure for Solar Panel

A. DIMENSION

Length - 6000 MM

Pole diameter - 114 MM

53

Wall thickness - 3 MM

B. BASE PLATE

Size 200 MM x 200 MM x 16 MM thick with foundation accessories

C. PAINT

Colour------ Galvanized Natural Finish.

2) SPECIFICATIONS FOR CANTILEVER GALVANISED POLE

6.00 Meters long Pole having diameter 125 mm with a base plate is 300 x 300 x 20 mm. Pole sheet

thickness is 4mm, with a suitable

Arm length:-

For 2 lane Road 3 Mtrs - ARM

For 3 lane road 4.5 mtrs - ARM

For 4 Lane Road 6 Mtrs – ARM

With a thickness of 4 mm having a dia of 80mm, with suitable foundation accessories i.e. 4xM-

25 x 850mm with junction box in pole. (With Steel Rope).

More than 6000 mm above ground level including Foundation

Specifications for Item # 6

SOLAR

Solar power back up of 48 Hours - quantity of solar module to be calculated keeping in View

complete intersection load with (1 + 1) day Back up .

NAME OF THE PRODUCT :Solar Traffic Blinker Light

PRODUCT DEFINITION & APPLICATION: The traffic blinker lights are used in strategic locations as a

warning light to warn motorists of a school/hospital/market zone/road merging, ahead to control

speed of the moving vehicle. Road intersections, pedestrian crosswalks, median openings, fire

station, school, hospital, village roads, minor intersections on Highways, steep climbs, hilly roads are

some examples of the strategic locations for the application of warning blinkers.

Model No. : EE-TL300-S-BLK-A-12V

Technology – Light Emitting Diode (LED)-super bright

Housing Standard Moulded - 300mm

Housing & Hood Material Plastic-Poly Carbonate

Signal Head Aspect Single

1 12 Volts Solar Panel

2 12 V, Batteries SMF

3 Battery Box – metal pole mounting powder coated

4 Penal Frame for SPV

5 Solar charge controller Hybrid Type with Battery Charger for Charging Battery during

No Sun days – complete automatic interchangeability, without Human Interface.

54

Colour Aspect Amber

Lens for LED Kit Clear Lens

Blinking/Flashing Unit In-Built blinker unit to blink/flash as per requirement and adjustable.

LED High Luminous,5mm ,water clear super bright LEDs

LED Retrofit Dia. 300 mm

Wave Length -Typical Amber: 590 nm (±5nm)

LED Intensity Amber-8500mcd maximum. Light Brightness: ≥300cd

PIV Protection Reverse/over voltage protection for LED Chains

Power

Working Voltage 12 V DC

Power Consumption Less than 8W

Solar peak current 0.5A

Surge Protection Built-in regulated Power Supply with surge suppressor & over current

/over voltage protection

Power Factor >0.9

Mounting Pole mounted, on island on right hand side of traffic direction or in any

strategic location as applicable.

Solar Power System

(optional)

Solar Power System of 12 Volt DC with Solar Charger capable of taking

load of one LED based Blinker light with battery charger. Mounting

Frame for Solar panel supplied.

Solar Power Panels SPV and (The panels in multiples of wattage-Wp

modules) Chargeable Controller in-built. Micro controller based PWM

charge regulator for Solar Power

Maintenance Free Battery (having back up for operating blinker

for 24 Hours even in absence of Sun or during rainy or foggy days).

Solar Power System mounting clamp and accessories

Enclosure/Body Material: Plastic Body (Plastic Polycarbonate)

Size: 350 mm L X 350mm H (slim & sleek type)

Hood: Sun Hood-plastic-polycarbonate

Finish: Black -smooth finish/greyish black/textured

Mounting: Pole Mounting

Front: Polycarbonate unbreakable front lens

Viewing Angle 30°

Visibility ≥ 300 meters in day light

Dimming Automatic Night Dimming facility (Optional)

Environmental

Operating Temperature : -10º C to +60º C

Humidity: 95% Rh

Designed as per IP 65 ratings

MTBF >80000 Hours/10 years

MTTR 30 Minutes

Standard Guidance BS EN 12368 complied. Our Traffic Lights are CE certified.

55

Specifications for Item # 7

MICROPROCESSOR BASED PEDESTRIAN PELICAN TRAFFIC SIGNAL CONTROLLER

Equipment: PEDESTRIAN PUSH BUTTON PANEL. Push Button control panel for pedestrian actuation traffic signal control - pole mounted type. System is also known as Call registration unit for Pelican traffic control with manual Push button switch & Indication Panel is specially designed considering safety of pedestrian traffic and works on Low voltage DC operation for safety against voltage shock.

Indications: Visual indication: Indicator for call Register (Big push button unit having 2 Light Indicators for pedestrian signals & 1 for Call confirmation Indication (call registration /wait)

Audio Indication: Beep buzzer (in selective models) Working voltage: 24 Volts DC or 110/ 220 Volts Ac. Body Material: Plastic / Metal MS Powder coated. Mounting: Pole mounted with help of brackets.

APPLICATION

Pedestrian Actuated Traffic Control Signals are required to be installed at places where a large number of people have to cross the road but on account of heavy vehicular traffic, crossing of the road is not safe for the pedestrians most of the time.

Examples are Schools, Hospitals, Shopping Centres, places of worship and similar other establishments located on the side of a main vehicular road.

A width of the Road marked with Zebra Crossing is earmarked for Pedestrian Crossing at a suitable location. Vehicular and Pedestrian Signals are installed on this section of the Road. On each side of the Road, Pedestrian Push Buttons are installed at a suitable height. Pedestrians wanting to cross the Road can register their demand for right of way by pressing these buttons and the Vehicular Traffic is shown Red signal and pedestrian are given a green signal to cross the road. The operating times and the signaling sequence are operated in a pre-planned schedule as will be explained in next sections.

EQUIPMENT

The essential equipments for the system’s function will comprise of the following items:

Two sets of RED and GREEN Pedestrian Traffic Lights Signals to be installed on the two diagonally opposite corners of the Zebra Crossing.

Two sets of RED, AMBER and GREEN Vehicular Traffic Signal Lights to be installed at the Stop Lines on the Left lanes of the Road before the Zebra Crossing.

Signal posts for the Traffic signal lights

Pedestrian Actuated Stations on both ends

Pedestrian Actuated Traffic Control Unit with micro-controlled Programmer and Pedestrian Call registrations.

56

Technical Data of Pedestrian Actuated Controller Unit 1. Working Supply 24 VDC or 220 Volts ac as required by client

2. No. of Pedestrian call stations 2

3. Controller Outputs

5 (3-aspect Vehicular signal and 2 Pedestrian signal)

4.

Controller Inputs

1. Push button for pedestrian Demand. 2. DIP Switch for plan selection. 3. A DIP Switch to select the auto/demand mode of operation. 4. A reset switch upon pressing of which the program restarts. 8 nos of pelican actuated inputs.

5. Electronic Design

Micro-controller based circuits for sequence programming, pedestrian call registration and timings.

6. Mode of operations

1.Actuated mode 2. Automatic mode with continuous running cycle at prefixed times. 3. Manual mode with stage advancing at the press in controller of push button 4. Blinking Mode.

7. Lamp Switching devices

Solid state device with zero cross over detection

8. Output Input Isolation Output switching isolated from control circuit by optical isolation

9. Programming Facility 1.PC compatible by RS 232 port 2.Optional Key Board

10. Software Windows based software for programming

11. Hardware

CPU Microcontroller based

Memory Built-in Non-Volatile EEPROM memory for Storage

System Clock Built-in RTC with battery back-up

16 x2 LCD Display Interface

Optional USB communication Port for PC/Laptop

12. Execution The control unit with Programmer and Detector units is assembled in a standard cabinet. The Switch-gear & SSRs are mounted in a panel. Both the above assemblies are housed in an outdoor type Pedestal Box.

13. Protection Auto shutdown on power fluctuation beyond the limit and auto start-up on restoration

57

THE OPERATING SCHEDULE

When initiated, in the ACTUATED MODE, the system will operate as per the scheme programmed & duration of Minimum & maximum timer allotted.

MODES OF OPERATION

ACTUATED MODE ( Min / Max Time ) MANUAL MODE ( Police control Box – Manual Push Button ) AUTOMATIC MODE ( Predefined fixed time / Multiple time ) BLINK MODE

METHOD OF OPERATION

In the Actuated mode the signal sequence and timings are controlled by Pedestrian Call

detectors.

In the manual mode the signal stage is made stationery and it advances to the next stage

on operation of the manual Push Button. A minimum interval of 3 seconds is fixed to avoid

accidents

In the Automatic mode the system operates as a Fixed Time signal.

The sequence runs at pre-set time of stages as under:

Blink Mode – flashing of amber and Pedestrian Red.

SAFETY

1. Electrical Safety: Lightning Protection

Bhubaneswar is prone to intermittent strikes by lightning during the monsoon season and at

other times. Particular attention shall be paid to the incorporation of adequate protective

measures for all equipment and cabling provided under the Contract. Additional requirements

relating to individual Contracts are to be included in the Specification.

2. Earthing

Proper earthing to the signal junction controllers, poles & fixtures, electric meter cabin shall be

provided as per the Indian Electricity rules. All the junction poles shall be interconnected with

the earthing wire (G.I. or otherwise) of specified guage and the common point shall be earthed

near the controller of signal junction as per the standard procedure described in the I.E. Rules

for earthing.

3. Protective Requirements (Electrical)

Safety requires that all installations shall be such as to allow the operation of internal

protective devices upon the occurrence of a fault, and that all non- current carrying metallic

parts shall be connected to the appropriate earth terminal in such a manner as to ensure that

hazardous voltage cannot exist on exposed conductive metalwork.

58

Where protection against dangerous earth-leakage currents by fuses or excess- current circuit

breakers is admissible as defined in IS:3043 - 1987, Cl. 19.2, one of the following methods of

earthing shall be employed:-

3.1 Where the supply undertaking will provides a Safety Earth labelled Do Not Remove

earthing point, which affords a metallic return path to the means of earthing, the

earthing lead shall connect the installation-earthing terminal to this point

3.2 Where a means of earthing is not be provided by the electricity supply undertaking,

the installation-earthing terminal shall be connected to an effective earth electrode

(appropriate label shall be supplied). In such a case a residual current operated earth

leakage circuit breaker (ELCB) with a rated operating current not exceeding 30 milli-

amperes and an operating time not exceeding 30 milliseconds shall be provided.

3.3 Where the supply undertaking will provide a combined neutral/earth supply PME

(Protective Multiple Earthing system) the earthing lead shall be connected to the

consumers installation shall so be arranged that connection to the neutral conductor

of the incoming supply can be carried out by the supply undertaking when the

conditions for allowing such a connection have been met. This shall be labelled

appropriately.

4. In all cases the appropriate earthing method must be ascertained from the local supply

undertaking. A summary of the conditions to be met for the installation of a PME system is

outlined below:-

4.1 All cabinets, poles and other metal hardware comprising the traffic signalling, Data

Transmission equipment installation shall be connected to the installation main earthing

terminal by an Earth Continuity Conductor (ECC).

4.2 The connection to metalwork, which is not normally removed. The terminal shall be

constructed of a material, which will minimise galvanic corrosion resulting from contact

with the ECC or other metal part. Its design shall be such that damage to cables or

insulation or loosening due to vibrations does not occur.

4.3 Wire terminations shall be by the use of soldered or crimped lugs or screwed

terminations. Specialist tools shall be used that ensure that crimped lugs shall only be

applied by using calibrated ratchet pneumatic type crimp tools to ensure correct tension

is applied to the termination lugs.

4.4 The ECC shall be designed and installed so that it complies with IS: 3043 - 1987, CL. 22.2 or

an equivalent International standard. Individual earthing conductors shall be insulated

and colour-coded green/yellow strips.

4.5 All cable sheaths and/or armouring used, as an earth continuity conductor shall satisfy the

requirements of IS: 3043 - 1987, CL. 9.2.5. Sheathed and/or armoured cables within posts

and/or equipment shall have the cable sheaths and/or armouring connected to earth.

59

4.6 Where the sheathed and armoured cables are installed vertically in traffic signal posts

then support clips shall be provided.

4.7 Where it is necessary to install an earth leakage circuit breaker for electrical protection

this shall comply with the IEE Regulations or an equivalent International or Indian

standard.

4.8 The main earthing terminal shall be connected to the arching point by a copper earthing

lead, insulated and color coded green/Yellow stripe with a minimum cross sectional area

of 6 mm square. Where an earth leakage circuit breaker is used then the cross sectional

area of the earthing lead need not exceed 2.5mm squared.

5. The electricity supply provided by any of the nominated supply companies shall be by means of

a single phase service terminated in a cut-out of a type having incoming phase and neutral

terminals. The supply companies or certified competent person will connect equipment

conductors of not less than 4mm square copper (phase and neutral) and 6mm squared earth

conductor to their cut-out. The cut-out shall incorporate a high breaking capacity fuse carrier

and fuse of correct rating (as specified by the equipment manufacturer) to comply with the

type requirements and maximum earth impedance’s quoted in the IS: 732 or the Institute of

Electrical Engineers regulations. Where electricity supplies are installed adjacent to existing

supplies or equipment supplied by others then the Contractor shall take care not to have

conflicting electricity phases present, which may cause 415Voltages to be present. In

unavoidable circumstances where it has not been possible to provide a separate signal pole and

alighting column is being used in its stead labelling as per IEE Standards shall be used at both

points. Where the Contractor identifies such circumstances, the Contractor shall immediately

inform the Engineer who will make any final decisions.

Where mains supply cables are installed other than by the nominated providers the same

requirements for all cables and cut-outs shall apply and the purchaser responsible for

providing the mains supply to the equipment shall consult the relevant Electricity Authority to

ascertain that the proposed installation complies with their requirements.

6. Working at Height

The signal aspects and cable termination work is carried out at height, hence special attention

shall be given to work at height. The ladder of sufficient height or Mac-Lifton shall be used. The

required care as described in the Indian safety Rules shall be strictly observed. If any accident or

Mishap happen due to any reason the contractor will be held solely responsible for the same.

The BSCL will not be responsible to any such untoward incidents arising from the negligence or

improper method or lack of safety procedures.

7. Use of Personal Protective Equipment: The contractor shall ensure that all the protective

equipment is given to the employees working on site. The contractor will be held solely

responsible for any negligence on this part.

8. Working on Site: The civil work as well as mechanical work is carried out on the site. The Site

shall be properly barricaded by the FRP barricades. The blinkers shall be provided on the ends

60

and at the turning to visualize the on-going work to the road users. The illuminated batten shall

be used during night hours to control the traffic. The workers working on the site shall wear the

reflective jackets during the working hours. The road safety norms for work on site shall be

strictly followed. The display boards shall be provided on site with following details - Go slow -

work in progress, inconvenience caused is regretted, use the diversion, name of the contractor

etc. The supervisor in-charge of the site shall issue the work permit to the staff on working after

satisfying the safe conditions on site for work.

8.1 Suitable scaffolds shall be provided for workmen for all that cannot safely be done

from the ground, or from solid construction except such short period work as can

be done safely from ladders. When a ladder is used an extra mazdoor shall be

engaged for holding the ladder and if the ladder is used for carrying materials as

well, suitable footholds and handholds shall be provided on the ladder and the

ladder shall be given an inclination not steeper than ¼ to 1 (¼ horizontal and 1

vertical).

8.2 Scaffolding or staging more than 3.25 meters above the ground or floor, swung or

suspended from an overhead support or erected with stationary support, shall

have a guard rail properly attached, belted braced and otherwise secured at least

1 meter high above the floor or platform of such scaffolding or staging and

extending along the entire length of the outside and ends thereof with only such

openings as may be necessary for the delivery of materials. Such scaffolding or

staging shall be so fastened as to prevent it from swaying from the building or

structure.

8.3 Safe means of access shall be provided to all working platforms and other working

places. Every ladder shall be securely fixed. No portable single ladder shall be over

9 meters in length. Width between side rails in a rung ladder shall in no case be

less than 30 cm. for ladder Secretary and including 3 meters in length. For longer

ladders this width shall be increased by at least 6 mm for each additional 30 cm of

length. Uniform step spacing shall not exceed 30 cm.

8.4 Adequate precaution shall be taken to prevent danger from electrical equipment.

No materials on any of the sites shall be so stacked or places as to cause danger or

inconvenience to any person or the public. The contractor shall provide all

necessary fencing and lights to protect public from accidents and shall be bound

to bear expenses of defense of every suit, action or other proceeding at law that

may be brought by any person for injury sustained owing to neglect of the above

precautions and to pay any damages and costs which may be awarded in any such

suit, action or proceedings to any such person or which may with the consent of

the contractor be paid to compromise any claim by any such person.

9. Demolition

9.1 Before any demolition work is commenced and also during the process of the work.

9.2 All roads and open areas adjacent to the work site shall either be closed or

suitably protected.

61

9.3 No electric cable or apparatus which is liable to be a source of danger over a

cable or apparatus used by operator shall remain electrically charged.

9.4 All practical steps shall be taken to prevent danger to persons employed, from

risk of fire or explosion, or flooding. No floor, roof or other part of a building

shall be so overloaded with debris or materials as to render it unsafe.

10. All necessary personal safety equipment as considered adequate by the Engineer shall be

available for use of persons employed on the site and maintained in a condition suitable for

immediate use, and the Contractor shall take adequate steps to ensure proper use of

equipment by those concerned.

(a) Workers employed on mixing asphaltic materials, cement and lime mortars/concrete

shall be provided with protective footwear, hand gloves and goggles.

(b) Those engaged in handling any materials which is injurious to eyes shall be provided

with protective goggles.

(c) Those engaged in welding works shall be provided with welder’s protective eye-shields.

(d) Stone breakers shall be provided with protective goggles and protective clothing and

seated at sufficiently safe intervals.

(e) When workers are employed in sewers and manholes, which are in use, the contractor

shall ensure that manhole covers are opened and manholes are ventilated at least for an

hour before workers are allowed to get into them. Manholes so opened shall be

cordoned off with suitable railing and provided with warning signals or boards to

prevent accident to public.

(f) The Contractor shall not employ men below the age of 18 and women on the work of

paining with products containing lead in any form. Whenever men above the age of 18

are employed on the work of lead painting the following precautions shall be taken;

(g) No paint containing lead or lead products shall be used except in the form of paste or

readymade paint.

(h) Suitable face masks shall be supplied for use by workers when paint is applied in the

form of spray or surface having lead paint dry rubbed and scrapped.

(i) Overalls shall be supplied by the contractor to workmen and adequate facilities shall be

provided to enable working painters to wash during and on cessation of work.

1. Adequate provision made for prompt first aid treatment of all injuries likely to be

sustained during the course of the work.

2. Use of hoisting machines and tackle including their attachments, anchorage and supports

shall conform to the following:

These shall be of good mechanical construction, sound material and adequate strength

and free from patent defects and shall be kept in good repair and in good working order.

a. Every rope used in hoisting or lowering materials or as a means of suspension shall

be of durable quality and adequate strength, and free from patent defects. Every

crane driver or hoisting appliance operator shall be properly qualified and no

person under the age of 21 years shall be in-charge of any hoisting machine

62

including any scaffold winch or give signals to operator.

b. In case of every hoisting machine and of every chain ring hook, shackle, swivel and

pulley block used in hoisting or lowering or as means of suspension, safe working

load shall be ascertained by adequate means. Every hoisting machine and all gear

referred to above shall be plainly marked with safe working load. In case of

hoisting machine having a variable safe working load, each safe working load and

the conditions under which it is applicable shall be clearly indicated. No part

of any machine or of any gear referred to above in this paragraph shall be loaded

beyond safe working load except for the purpose of testing.

c. In case of departmental machine, safe working load shall be notified by the

Engineer, as regards contractor’s machine the contractor shall notify safe working

load of each machine to the Engineer whenever he brings it to site of work and

get it verified by the Engineer.

3. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting

appliances shall be provided with efficient safeguards, hoisting appliances shall be

provided with such means as will reduce to the minimum risk of accidental descent of

load, adequate precautions shall be taken to reduce to the minimum risk of any part of a

suspended load becoming accidentally displaced. When workers are employed on

electrical installations which are already energized, insulating mats, wearing apparel such

as gloves, sleeves and boots, as may be necessary, shall be provided. Workers shall not

wear any rings, watches and carry keys or other materials which are good conductors of

electricity.

4. All scaffolds, ladders and other safety devices mentioned or described herein shall be

maintained in a safe condition and no scaffold, ladder or equipment shall be altered or

removed while it is in use. Adequate washing facilities shall be provided at or near places

of work.

5. These safety provisions shall be brought to the notice of all concerned by display on a

notice board at a prominent place at the work spot. Persons responsible for ensuring

compliance with the Safety Provisions shall be named therein by the contractor.

6. To ensure effective enforcement of the rules and regulations relating to safety

precautions, arrangements made by the Contractor shall be open to inspection by the

Engineer or his representative and the inspecting officers.

Notwithstanding the above provisions, the contractor is not exempted from the operation of any

other Act or Rule in force.

63

LIST OF TRAFFIC SIGNALS AT JUNCTIONS AND BLINKERS

List of Intersections

1 Hanspal Chowk *** 39 Siripur Chowk

2 Puri NH By-Pass *** 40 Governer House Chowk

3 Palasuni Chowk *** 41 Power House Chowk

4 Priya Hotel Chowk Rasulgarh 42 120 Battalion Chowk

5 Rasulgarh Chowk 43 Shastri Nagar Chowk

6 Satya Nagar flyover Junction In Cuttack Road 44 The World / Behera Sahi Chowk

7 Laxmi Sagar Chowk 45 Jaydev Vihar

8 Railway Station Road Chowk 46 XIMB Chowk

9 Chintamani Chowk 47 Nalco / Kalinga Hospital Chowk

10 Badagada Junction/Chowk 48 Damana Chowk

11 Kalpana/Fire Station Chowk 49 Press Club Chowk

12 Museum / BMC Chowk 50 Patia Chowk

13 BJB Nagar Chowk 51 KIIT Chowk

14 Ravi Talkies Chowk 52 Infocity Chowk

15 Garage Square 53 Near Iscon Temple Underpass ***

16 Daya River Chowk 54 CRP Chowk

17 Mausima Chowk 55 DAV School Chowk

18 Vani Vihar Chowk 56 Fire Station / Baramunda Chowk

19 Rupali Chowk 57 Delta Chowk

20 Maharishi College Chowk 58 City Womens College Chowk

21 Ram Mandir Junction / Satya Nagar 59 Khandagiri Chowk

22 Shriya Talkies Chowk 60 Jagamara Chowk

23 Master Canteen Chowk 61 Kalinga Studio Chowk

24 Rajmahal Chowk 62 Info Valley Junction ***

25 Sishu Bhaban Chowk 63 Sai Temple Chowk

26 Forest Park / Ekamra Chowk Note: *** Blinkers Locations

27 Acharya Vihar Chowk

28 Ananda Bazar Chowk

29 IPICOL Road Chowk

30 Nicco Park Chowk

31 Red Cross / Patel Nagar Chowk

32 Housing Board Chowk

33 Rabindra Mandap Chowk

34 PMG Chowk

35 AG Chowk

36 Capital Hospital Chowk

37 Airport Chowk / Soor Company Chowk

38 Ganga Nagar Chowk

64

MAP SHOWING LOCATION OF JUNCTIONS TO BE SIGNALIZED

65

LIST OF PELICAN SIGNALS AT MID BLOCKS

MAP SHOWING LOCATION OF PELICAN SIGNALS AT MID BLOCKS

66

BHUBANESWAR SMART CITY LIMITED

REQUEST FOR PROPOSAL (RFP)

FOR

“Supply, Installation, Testing, Commissioning Of Traffic Signaling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year.”

PART-B : Financial Proposal

67

Part B

Financial Proposal

Bidders have to furnish the financial proposal in the prescribed format.

Financial Bid submitted along with the other documents in the prescribed Excel file name:

BOM&Financial_Bid_for_Traffic_And_Signalling_Works_bhubaneswar.xlsx will only be accepted.

Keeping in view the bid capacity of the bidder and following the provisions/terms and conditions

stated by BSCL, the financial bid shall be opened by the designated officer of the BSCL. Consequent

to technical evaluation of bids, all eligible bids shall only be opened for financial bid evaluation.

Upon opening of the financial bid, a comparative statement would be generated by the BSCL. The

Bidding documents provide for award of work to lowest evaluated bidder subject to the available bid

capacity, accordingly, the financial bids will be evaluated by the BSCL.

The recommendations of the bid evaluation Officer of the BSCL shall be considered by the BSCL and the approval of bid shall be issued. Notwithstanding the provisions given in the RFP documents and provisions given above, there shall not be any requirement of any more approvals for the bids. The letter of acceptance (LOA) shall be issued by the BSCL to the successful bidder prior to expiration of bid validity.

68

BHUBANESWAR SMART CITY LIMITED

RFP- Part B Tender Inviting Authority: The CEO, Bhubaneswar Smart City Limited.

Name of Work: Supply, Installation, Testing and Commissioning Of Traffic Signalling System, Blinkers and Pelican Signals at Selected Road Junctions and Locations with Solar Powered Adaptive System in Bhubaneswar City and Subsequent Maintenance for Six Years Post Defect Liability Period of One Year.

RFP No: BSCL/28/2016/49 dated 14/06/2016

Bidder / Agency Name :

PRICE SCHEDULE

Sl. No.

Item Description Quantity Units

Rate for supply, installation, testing and commissioning initial with defect liability period of one year from the successful date of commissioning as declared by BSCL and the rate is termed as "CAPEX" in Rupees.

Rate for O & M of the Items/Components/Installations Time to be reckoned from the date of successful completion of initial defect liability period vide col.5 and the rate for this item is termed as "OPEX" in Rupees.

Total Amount in Indian Rupees

2nd year

3rd year

4th year

5th year

6th year

7th year

Figure in Rs.

Word in Rs.

1 2 3 4 5 6 7 8 9 10 11 12 13

1

Supply, installation, testing, commissioning, operation and maintenance of Master Controller - Vehicle actuated road traffic Signal Controller, Capable to operate the Slave Controllers and Signal lights over wireless medium having Inbuilt GPS module for time synchronization, USB port, CAN PORT , RS232 debug port for status monitoring and date logging, 8 Auxillary I/O interface, 16 optically isolated solid state lamp driving output, 16 optically isolated Vehicle detector interface supports, Capable to command up to 15 Slaves Controller, (CDAC - GOVERNMENT OF INDIA TECHNOLOGY ) .

58 Each

2

Supply, installation, testing, commissioning, operation and maintenance of Slave Controller - operate on command of Master Controller with 16 optically isolated solid state lamp driving outputs, 4 optically isolated Vehicle detector interface supports inductive loop, Camera and microwave based vehicle detection Vehicle , USB Interface - Firmware update, CAN interface- Signal Switching (optional) with

178 Each

69

RS232 debug port for status monitoring and data logging with battery cabinet complete in all respect. Working Voltage - 12 V DC - Solar Power Compatible, Power Consumption - 3 Watts.

3

Supply, installation, testing, commissioning, operation and maintenance Of 300mm Dia LED Based Traffic Light - LED type CE certified as per EN 12368, Conforming to IP 65, 300 CD typical output @ 23 degree view angle or atleast 4000 MCD of each LED 5 mm size in Red Colour Ball Type (144 minimum Led) with polycarbonate housing with visor and mounting clamps and accessories, Working voltage 12V DC. Complete In All Respects

609 Each

4

Supply, installation, testing, commissioning, operation and maintenance Of 300mm Dia LED Based Traffic Light - LED type CE certified as per EN 12368, Conforming to IP 65, 300 CD typical output @ 23 degree view angle or atleast 4000 MCD of each LED 5 mm size in Amber Colour Ball Type (144 minimum Led) with polycarbonate housing with visor and mounting clamps and accessories, Working voltage 12V DC. Complete In All Respects

590 Each

5

Supply Of 300mm Dia LED Based Traffic Light - LED type CE certified as per EN 12368, Conforming to IP 65, 300 CD typical output @ 23 degree view angle or at least 4000 MCD of each LED 5 mm size in Green Colour Arrow Type (144 minimum Led) with polycarbonate housing with visor and mounting clamps and accessories, Working voltage 12V DC. Complete In All Respects

1510 Each

6

Supply, installation, testing, commissioning, operation and maintenance Of 300mm Dia LED Based Pedestrian Traffic Light - LED type complete in all Respect - 2 in 1 Pedestrian red Man standing and Pedestrian Green man walking with Multicolour Display for pedestrian timing , In Metal body of 320 mm x 320 mm minimum display area .

1490 Each

7

Supply, installation, testing, commissioning, operation and maintenance of 300mm Dia Count Down Timer : 2½ Digit Dual Colour (Red & Green), Red Colour For Red Display & Green Colour For Green Display, Enclosed in Polycarbonate Housing, Complete In All Respects (0-199)

120 Each

70

8

Supply, installation, testing, commissioning, operation and maintenance of Solar Power System including Solar module , Solar Charger and Exide Battery for complete traffic signal junction with complete mounting structure and accessories for back up 1 day including Box for keeping battery - 1 set consist of solar system one for each cantilever pole, cost of cable all inclusive

58 Each

9 Supply, installation, testing, commissioning, operation and maintenance of Standard MS Pole with 3 Inches dia. 6mtr long with Base Plate, Painted With Colour (As Required)

290 Each

10

Supply, installation, testing, commissioning, operation and maintenance of Cantilever pole (6 Mtr Vertical with 5" Dia + 3 Mtr Horizontal With 3" Dia), M. S. Pipe, Painted With Colour (As Required)

278 Each

11 Supply, installation, testing, commissioning, operation and maintenance of Blinking/Flashing Unit.

5 Each

12 Supply, installation, testing, commissioning, operation and maintenance of Pelican Signal Unit.

14 Each

13 Construction and maintenance of Concrete foundation of Cantilever pole

278 Each

14 Construction and maintenance of Concrete foundation of Standard Pole

290 Each

*NB: The rates to be quoted / offered by the respective bidders should be inclusive of all taxes, duties, freight, insurance charges etc. However, the successful bidder is to mention the tax with nature/component/item(s) category and amount separately in each bill to be submitted by him/her/them for payment so as to facilitate BSCL to take necessary follow up as per rules.